Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2016 FBO #5501
SOLICITATION NOTICE

76 -- Newspaper Subscription - Package #1

Notice Date
12/13/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511110 — Newspaper Publishers
 
Contracting Office
National Science Foundation, Procurement Section, Division of Administrative Services, DAS, 4201 Wilson Boulevard, Room 295, Arlington, Virginia, 22230
 
ZIP Code
22230
 
Solicitation Number
DAS17Q0006
 
Point of Contact
Keith L. Rhodia, Phone: 7032924916, Diane Harris, Phone: (703) 292-8190
 
E-Mail Address
krhodia@associates.nsf.gov, diharris@nsf.gov
(krhodia@associates.nsf.gov, diharris@nsf.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Combined Synopsis Solicitation 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The Request for Quote number is DAS17Q0006. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-92, effective November 18, 2016. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. 2. This acquisition is a Total Small Business Set-aside. The NAICS code is 51110 with a small business size standard of 1,000 employees. This RFQ is being issued under FAR Part 13-Simplified Acquisition Procedures. The National Science Foundation (NSF) intends to procure five different newspapers from one vendor on a firm-fixed price basis. 3. Contract Line Items: Newspaper Subscriptions Base Year, 1/1/2017 - 12/31/2017 Item # Description Unit Qty Price 0001 Washington Post (Daily) Ea 9 $ 0002 Wall Street Journal (Daily) Ea 2 $ 0003 New York Times (Daily) Ea 7 $ 0004 USA Today (Daily) Ea 2 $ Newspaper Subscriptions Option Year One, 1/1/2018 - 12/31/2018 Item # Description Unit Qty Price 1001 Washington Post (Daily) Ea 9 $ 1002 Wall Street Journal (Daily) Ea 2 $ 1003 New York Times (Daily) Ea 7 $ 1004 USA Today (Daily) Ea 2 $ Newspaper Subscriptions Option Year Two, 1/1/2019 - 12/31/2019 Item # Description Unit Qty Price 2001 Washington Post (Daily) Ea 9 $ 2002 Wall Street Journal (Daily) Ea 2 $ 2003 New York Times (Daily) Ea 7 $ 2004 USA Today (Daily) Ea 2 $ Newspaper Subscriptions Option Year Three, 1/1/2020 - 12/31/2020 Item # Description Unit Qty Price 3001 Washington Post (Daily) Ea 9 $ 3002 Wall Street Journal (Daily) Ea 2 $ 3003 New York Times (Daily) Ea 7 $ 3004 USA Today (Daily) Ea 2 $ Newspaper Subscriptions Option Year Four, 1/1/2021 - 12/31/2021 Item # Description Unit Qty Price 4001 Washington Post (Daily) Ea 9 $ 4002 Wall Street Journal (Daily) Ea 2 $ 4003 New York Times (Daily) Ea 7 $ 4004 USA Today (Daily) Ea 2 $ 4. Description of Requirement: The NSF Library proposes to enter into a five-year contract to subscribe to the following five newspapers: Washington Post, Wall Street Journal, New York Times, USA Today, New York Times (Digital). This requirement renews the NSF subscription to these five newspapers. These newspaper subscriptions facilitate the NSF's abilities to stay informed on trending and innovative STEM related topics and on published articles relating to NSF funding and awards in support of the NSF mission. 5. Deliveries: The newspapers shall be delivered on a daily basis as indicated in the following table: Title Delivery Days Delivery Frequency Count Washington Post Monday - Friday Daily 9 Wall Street Journal Monday - Friday Daily 2 New York Times Monday - Friday Daily 7 USA Today Monday - Friday Daily 2 Total 20 Newspapers (paper edition), shall be delivered to National Science Foundation, 4201 Wilson Blvd Room 225. Arlington, VA 22230. The New York Times shall be available digitally, on smart phones/ tablets/computers on an unlimited basis. Delivery Days/Hours: Monday - Friday from 7:00am - 4:00pm (ET) Phone: (703) 292-2577 6. Inspection and Acceptance Terms: Packing for all deliverable items shall be in accordance with the best commercial practices to insure safe delivery at destination (See FAR 52.212-4(a)). 7. Instructions to Offerors Addendum to FAR 52.212-1 Instructions to Offerors - Commercial items (Oct 2015): Question Submission Deadline: NLT 2:00 PM ET on December 15, 2016 via email to the Contracting Officer, Diane Harris at diharris@nsf.gov with a courtesy copy to the Contract Specialist (CTR) Keith L. Rhodia at krhodia@associates.nsf.gov. Proposal Submission Deadline: NLT 2:00 PM ET December 19, 2016 via email to the Contracting Officer, Diane Harris at diharris@nsf.gov with a courtesy copy to the Contract Specialist (CTR) Keith L. Rhodia at krhodia@associates.nsf.gov. The vendor shall submit an electronic version of their quote in Adobe.pdf format. The technical submission shall not exceed 5 single sided pages in length. As a minimum, the vendor must show the following in accordance with the evaluation of offerors section. 52.212-1(b) Submission of Offers is tailored as follows and represented as (4) and (6). The quote shall be submitted in two volumes: Volume One-Technical- The vendor shall provide a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements of the solicitation. Volume Two Price: The vendor shall provide firm-fixed pricing in accordance with pricing table under section 3 of this solicitation. 8. FAR 13.106-2 Evaluation of Offers The Government intends to award a purchase order resulting from this solicitation to the lowest priced vendor meeting technical acceptability requirements. The requirements are of a Brand Name nature and substitute products will not be considered. Volume One-Technical: The Government will evaluation the vendor's ability to meet the technical requirements of the solicitation. Technically acceptability will be based upon the vendor's ability to provide the required newspapers and service by the specified period of performance. Volume Two-Price: The Government will evaluate price for reasonableness in accordance with FAR 13.106-3(a). 9. FAR CLAUSES FAR 52.252-2 - CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffar1.htm. 52.203-7 Anti-Kickback Procedures (May 2014); FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015); 52.217-5 Evaluation of Options (July 1990); 52.233-2 Service of Protest (Sept 2006); 52.227-14 Rights in Data General (Dec 2007); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2013) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders­ Commercial Items, including the following sub-clauses apply to this acquisition, 52.204-10, 52.209-6, 52.217-8, 52.217-9 52.222-3,52.222-19,52.222-21,52.222-26, 52.222-35, 52.222-36, 52.222-41, 52.222-50, 52.223-18, and 52.232-33 apply to this acquisition. FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items (Mar 2015) is applicable to this solicitation. Full Text: FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. (End of Clause) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. (End of Clause) NSF 110 SUBMISSION OF PROPER INVOICE (APR 2013) In order to initiate payment, the Contractor shall submit proper invoices for reimbursement in the manner and format described herein. Contractors that are small businesses under the appropriate NAICs code for this contract are permitted to request accelerated payments in accordance with the OMB Memorandum, Accelerating Payments to Small Businesses for Goods and Services, dated September 14, 2011. Requests for accelerated payments shall be made through designating in bold lettering or other prominent display on or near the top of the invoice "Small Business Invoice". Per the OMB Memorandum, Accelerating Payments to Small Businesses for Goods and Services, dated September 14, 2011, the accomplishment of accelerated payments to small businesses is a goal and not a guarantee. The following data must be included in an invoice for it to constitute a proper invoice: a. Name of Contractor and invoice date; b. Contract number, or other authorization for delivery of property or services; c. Description, price, fee (if applicable), and quantity of property and services actually delivered or rendered; d. Shipping and payment terms; e. Name (where practicable), title, phone number, and complete mailing address of responsible official to whom payment is to be sent; f. Other substantiating documentation or information as required by the contract; g. Period of performance. Form: The Contractor may use its own form, providing all the above information is on the invoice. However, it is preferred that invoices be submitted on the Government Standard Form 1034, "Public Voucher for Purchases and Services Other Than Personal Continuation Sheet." These forms are available from the Government Printing Office, 710 N. Capitol Street, Washington, DC 20801. Address: Submit all proper invoices as follows: a. One complete invoice (Original) without attachments to the National Science Foundation, Division of Financial Management, Commercial Cash Management Section, Room II-605, 4201 Wilson Boulevard, Arlington, VA 22230. b. One invoice copy with all attachments to the National Science Foundation, Room, 4201 Wilson Boulevard, Arlington, VA 22230. Final Invoice: Upon completion of the required work, the Contractor shall submit a completion invoice in compliance with the clause entitled,. This completion invoice must be clearly marked as such and be submitted promptly upon completion of the work, but no later than one year from the completion date of this contract. The Contractor shall submit the original completion invoice to the Contracting Officer for approval and copies of the completion invoice to DFM and. Payment Due Date: Payment under this contract will be due on the 30th calendar day following acceptance of each properly submitted invoice. If any contract deliverables are rejected for failure to conform to the technical requirements of the contract or are otherwise unacceptable, the provisions of the paragraph immediately preceding will apply to delivery of acceptable contract deliverables, unless otherwise determined by the Contracting Officer. All payments for proper invoices will be made via Electronic Fund Transfer (EFT). NSF 170 - SECTION 508 COMPLIANCE (AUG 2013) The Contractor must provide a comprehensive list of all offered specific electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Boards Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list with full details of compliance can be found (e.g., vendors or other exact web page location). The contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The contractor must maintain this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of changes to his product line. The offeror must ensure that all EIT products that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation's requirements. For every EIT product accepted under this contract by the Government that does not comply with 36 CFR Part 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first. (End of clause) NSF 210 CERTIFICATION REGARDING UNPAID FEDERAL TAXES LIABILITY (OCT 2014) a. By submission of a proposal or quotation, the Offeror/Quoter, (if a Corporation), hereby certifies (based on the submission of their quote or proposal), that the Corporation does not; 1) Have any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, or b. If the Offeror/Quoter cannot certify to the above, but can provide with their proposal or quotation information/documentation to show that an agency has considered suspension or debarment of the Corporation and has made a determination that this further action is not necessary to protect the interests of the Government, then the Offeror/Quoter (if a Corporation) may be further considered for award. The contractor's inability or unwillingness to certify to 1) above or provide the information described in b. above shall render the contractor's quote or proposal ineligible for award. NSF 215 CERTIFICATION REGARDING FELONY CONVICTION UNDER FEDERAL LAW (OCT 2014) a. By submission of a proposal or quotation, the Offeror/Quoter, (if a Corporation), hereby certifies (based on the submission of their quote or proposal), that the Corporation was not; 1) Convicted of a felony criminal violation under any Federal law within the preceding 24 months, or b. If the Offeror/Quoter cannot certify to the above, but can provide with their proposal or quotation information/documentation to show that an agency has considered suspension or debarment of the Corporation and has made a determination that this further action is not necessary to protect the interests of the Government, then the Offeror/Quoter (if a Corporation) may be further considered for award. The contractor's inability or unwillingness to certify to 1) above or provide the information described in b. above shall render the contractor's quote or proposal ineligible for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DAS/DAS/DAS17Q0006/listing.html)
 
Place of Performance
Address: National Science Foundation, 4201 Wilson Blvd., Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN04349955-W 20161215/161213234249-3d7f2b8fd9bf2766fcb749a7859644b4 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.