Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2024 SAM #8226
SOLICITATION NOTICE

76 -- Comprehensive Legislative Tracking Subscription

Notice Date
6/3/2024 6:24:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519290 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA805224PRE0724
 
Response Due
6/6/2024 2:00:00 PM
 
Archive Date
06/21/2024
 
Point of Contact
Courtney Perry, Jennifer Flores
 
E-Mail Address
courtney.perry.5@us.af.mil, jennifer.flores.21@us.af.mil
(courtney.perry.5@us.af.mil, jennifer.flores.21@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation Comprehensive Legislative Tracker 773 Enterprise Sourcing Squadron Joint Base San Antonio (JBSA) Lackland, TX 78226-1865 Date: �23 May 2024 Title: Comprehensive Legislative Tracker Request for Quote (RFQ) / Solicitation Number:� FA8052PRE0724 Closing Response Date: 06 June 2024 at 4:00 PM CST Contact Point(s): �Courtney Perry, Contracting Specialist Email: courtney.perry.5@us.af.mil Contact Point(s): �Dorothy Howe, Contracting Officer Email: dorothy.howe@us.af.mil 1.� Description: 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; quotes are being requested and a written solicitation will not be issued. This requirement shall be a 100% Small Business Set-Aside under NAICS 519290 with a size standard of 1,000.� The Department of the Air Force, Air Force Libraries, 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of a Comprehensive Legislative Tracker subscription. See attachment 1, Product description and a list of line-item number(s) and items, and units of measure, see Pricing Schedule B. 2.� Requirement: The mission of Department of Defense (DoD) Morale, Welfare, and Recreation (MWR) Libraries is outlined in DoDI 1015.10 stating DoD Libraries will provide information resources and services required to accomplish the mission. The libraries support military personnel assigned to contingency operations, remote sites, and military missions IAW DoDI 1015.10, Military Morale, Welfare, and Recreation Programs. The program provides professional military and voluntary education programs materials and services. Libraries also provide facilities, resources, and services to enhance the quality of life, regeneration, and resiliency for authorized customers. The DoD Library Consortium exists to create partnerships among the libraries within the various services of the DoD.� They cooperatively acquire materials that are made available to military and civilian employees across the DoD. These resources relate to various overarching goals of the DoD such as recreation, physical wellness, emotional resiliency, and educational pursuits. The Department of the Air Force Library Program requires a congressional legislation tracker for STRATCOM and Global Strike Command. They need a resource that will provide a comprehensive tracker of federal legislation with non-partisan and unbiased analysis of current and archival information to make informed decisions. 3.� Period of Performance: The Period of Performance (POP) is for one (1) 12-month base period of performance and four (4) 12-month option periods. The entire period of performance for this contract action shall not exceed 60 months. Estimated Schedule � � � � � � � � � � � � � � � � � � � � � POP Start� � � � �POP End Base Period:� � � � � 15 June 2024 to 14 June 2025 Option Period 1:� 15 June 2025 to 14 June 2026 Option Period 2:� 15 June 2026 to 14 June 2027 Option Period 3:� 15 June 2027 to 14 June 2028 Option Period 4:� 15 June 2028 to 14 June 2029 Product Characteristics an equal item must meet to be considered: Must be able to track legislation and cases, find stakeholders via the directory, compare voting behavior and similarity, analyze vote breakdowns by party or country, search amendments. Must provide policy insights, breaking scoops and in-depth analysis throughout the day. Must provide newsletters for: morning briefing, general news, budgets, defense. Must provide a magazine from current date with back issues to 1984. Must provide congressional information (1985 to present), congressional member profiles (1995 to present), congressional live news and legislative updates, today at a glance information. Must cover energy, environment, transportation, and defense news/industry. Must provide an archive of bill text (1987 to present), bill compare, CRS bill digests (1986 to present), committee reports (1989 to present), congressional record (1988 to present), federal register (1997 to present), and public law text and U.S. Code Must provide transcripts of hearings, newsmaker and financial (1990 to present), 1 hour AI transcripts and expanded coverage, able to provide custom transcripts when requested, committee testimonies (1995 to present) Must be able to break down house information by day, week, into factsheets, floor and conference summaries (1999 to present) Must be able to provide Congressional Research Summaries reports (1978 to present), bill analysis (1990 to present), Floor Videos (2003 to present) and Votes (1983 to present) Must be able to provide Committee Markup coverage, hearings, and rosters (1989 to present) Must provide an App for access, training, and support. 4.� Questions: The Government will accept questions concerning solicitation number FA8052PRE0724 until 31 May 2024 at 12:00 PM CST.� Email your questions to courtney.perry.5@us.af.mil. Any questions received after this date and time need not be considered. 5.� Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist, Courtney Perry, via e-mail at courtney.perry.5@us.af.mil and Contracting Officer, Dorothy Howe at dorothy.howe@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 06 June 2024 at 4:00 PM CST. It is the responsibility of the offeror to ensure that the quotes and its attachments are received. Any quotes received after designated closing date and time need not be considered. ��Quotes must include aggregate total of base plus all option year CLINS on Pricing Schedule B (IAW FAR 52.217-5 Evaluation of Options).� All quotes shall conform to the Contract Line-Item Number (CLIN) structure of the attached Pricing Schedule B. 6.� Notice to Vendor(s): The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse Vendors for any costs. Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in Vendor's response. Vendor is responsible for careful review of its entire response to ensure that all information is correct and complete. Vendors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. 7.� Period of Acceptance of Quotes: The Vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of offers. 8.� Wide Area Work Flow (WAWF): Include in the quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. 9.� SAM Registration: Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov | Home. 10.� General Information: The following must be submitted for the requirement: 1) �A capability report that is in Word document format with standard text and FONT (e.g., Times New Roman 12) that is between one (1) page to 10 total pages (do not exceed 10 pages in the capability report) with detailed information, examples or responses in sentence or paragraph format for Product Description�s list of items that are in bulleted form. We encourage any offeror to provide a statement(s) or paragraph with specific details and information that answers each bullet in the product description�s list. The offeror can include an executive summary and company general information as part of the capability report as long as the entire capability report does not exceed a total of 10 pages. The capability report coincides with ATCH � 1 the Product Description. 2) �An offeror will use the ATCH � 2 and enter the required information for all fields in the document. The offeror must have a current registration in SAM.GOV and the price sheet must include the UEI and CAGE code. Please note to confirm that the NAICS code for this requirement is in the SAM.GOV profile. List of Attachments: Product Description Pricing Schedule Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6db38f16b1d4e0baddf80a14263ddf2/view)
 
Record
SN07084329-F 20240605/240603230043 (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.