Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 27, 2022 SAM #7394
SOLICITATION NOTICE

D -- DIGITAL OBJECT IDENTIFIERS

Notice Date
2/25/2022 10:59:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
WASHINGTON HEADQUARTERS SERVICES WASHINGTON DC 203011000 USA
 
ZIP Code
203011000
 
Solicitation Number
HQ003422R0026
 
Response Due
2/28/2022 11:00:00 AM
 
Archive Date
03/15/2022
 
Point of Contact
Jimmie Toloumu, Phone: 5712328259, Chris Smith, Phone: 5712896548
 
E-Mail Address
jimmie.j.toloumu.civ@mail.mil, chrissandra.smith.civ@mail.mil
(jimmie.j.toloumu.civ@mail.mil, chrissandra.smith.civ@mail.mil)
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures for commercial items found at FAR 13, as supplemented with the additional information included in this notice.� This announcement constitutes the only solicitation; a written solicitation will not be issued.� PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both SAM.gov. The RFQ number is HQ003422R0026.� This solicitation documents and incorporates provisions and clauses in effect through FAC 2022-04 and DFARS Publication Notice 20220101. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 519130 and the Small Business Standard is 1000. The proposed contract action is for commercial services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b). The Small Business Office concurs with the decision. The Washington Headquarters Services, Acquisition Directorate requests responses from qualified sources capable of providing: Annual Membership with Publishers International Linking Association dba CrossRef for Digital Object Identifers (DOI) for Technical Reports and Journal Articles. The required line items are as follows: CLIN 0001: Digital Object Identifiers (DOI) by Crossref for Technical Reports and Journal Articles, Quantity � 10,000 EACH (Refer to Attachment 1 for details). CLIN 0002: Annual Membership Fee, 1 LOT CLIN 1001: Digital Object Identifiers (DOI) by Crossref for Technical Reports and Journal Articles, Quantity � 10,000 EACH (Refer to Attachment 1 for details). CLIN 1002: Annual Membership Fee, 1 LOT CLIN 2001: Digital Object Identifiers (DOI) by Crossref for Technical Reports and Journal Articles, Quantity � 10,000 EACH (Refer to Attachment 1 for details). CLIN 2002: Annual Membership Fee, 1 LOT CLIN 3001: Digital Object Identifiers (DOI) by Crossref for Technical Reports and Journal Articles, Quantity � 10,000 EACH (Refer to Attachment 1 for details). CLIN 3002: Annual Membership Fee, 1 LOT CLIN 4001: Digital Object Identifiers (DOI) by Crossref for Technical Reports and Journal Articles, Quantity � 10,000 EACH (Refer to Attachment 1 for details). CLIN 4002: Annual Membership Fee, 1 LOT The Period of Performance is: Base Period: 01March 2022 � 28 February 2023 Option Period I: 01 March 2023 � 29 February 2024 Option Period II: 01 March 2024 � 28 February 2025 Option Period III: 01 March 2025 � 28 February 2026 Option Period IV: 01 March 2026 � 28 February 2027 The following FAR provision and clauses are applicable to this procurement:� 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-13 System for Award Management Maintenance 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services 52.212-3 Alt I Offeror Representations and Certifications-Commercial Products and Commercial Services Alternate I 52.212-4 Contract Terms and Conditions - Commercial Items 52.217-9 Option to Extend The Term Of The Contract� 52.222-3 Convict Labor� 52.222-21 Prohibition of Segregated Facilities 52.222-22 Previous Contracts and Compliance Reports 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combatting Trafficking in Persons 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving 52.239-39 Unenforceability of Unauthorized Obligations 52.232-40 Providing Accelerated Payments to Small Business Subcontractors 52.233-3 Protest After Award 52.233-4 Applicable Law for Breach of Contract Claim 52.239-1 Privacy of Security Safeguards Additional contract terms and conditions applicable to this procurement are:� 252.203-7000� Requirements Relating To Compensation of Former DoD Officials 252.203-7002��� Requirement to Inform Employees of Whistleblower Rights 252.204-7003��� Control of Government Personnel Work Product 252.204-7008��� Compliance with Safeguarding Covered Defense Information Controls 252.204-7012��� Safeguarding Covered Defense Information and Cyber Incident Reporting 252.204-7015��� Notice of Authorized Disclosure of Information for Litigation Support 252.204-7016��� Covered Defense Telecommunications Equipment or Services � Representation 252.204-7017��� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services � Representation 252.204-7018 �� Prohibition on the Acquisition of Covered Defense Telecommunications Equipment or Services 252.204-7019��� Notice of NIST SP 800-171 DoD Assessment Requirements 252.204-7020 �� NIST SP 800-171 DoD Assessment Requirements 252.225-7012��� Preference For Certain Domestic Commodities 252.225-7048��� Export-Controlled Items 252.232-7003� Electronic Submission of Payment Requests And Receiving Reports 252.232-7006��� Wide Area WorkFlow Payment Instructions 252.232-7010� Levies On Contract Payments 252.244-7000- Subcontracts for Commercial Items ATTACHMENTS: Attachment 1: Purchase Description Attachment 2: Sole Source Justification Attachment 3: FAR 52.204-24 Attachment 4: FAR 52.204-25 Attachment 5: FAR 52.204-26 Quoters will complete attachment 3 - FAR 52.204-24 and attachment 5 - FAR 52.204-26. If the quote is received without this completed, the Contracting Officer may consider quote unacceptable and the quoter non-responsive to the RFQ. This announcement will close at 2pm EST on 28 Feb 2022.� Contact Jimmie Toloumu who can be reached at 571-232-8259 or email jimmie.j.toloumu.civ@mail.mil.� Procedures in FAR 13.106 are applicable to this procurement.� While price will be a significant factor in the evaluation of offers, the final contract award will be based on a combination of factors - a combination of price and technically acceptable low bids.� System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile.� Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6af4e1c95b004f1da6822ec4123b8e3a/view)
 
Place of Performance
Address: Fort Belvoir, VA 22060-6218, USA
Zip Code: 22060-6218
Country: USA
 
Record
SN06251070-F 20220227/220225230110 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.