Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2002 FBO #0256
SOLICITATION NOTICE

R -- News Clipping Service

Notice Date
5/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Housing and Urban Development, Office of Procurement and Contracts (OPC), Administrative Support Division, NCA, 451 Seventh Street, S.W. Room 5256, Washington, DC, 20410
 
ZIP Code
20410
 
Solicitation Number
R-OPC-22208
 
Response Due
6/3/2002
 
Point of Contact
Trent Ensley, Contract Specialist, Phone 202-708-1772 Ext. 3988, Fax 202-708-2933, - Amelia McCormick, Support Branch Chief, Admin Support Div, Phone 202-708-1772 x7127, Fax 202-708-2933,
 
E-Mail Address
Trent_K._Ensley@hud.gov, Amelia_E._McCormick@hud.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial procurement prepared in accordance with FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 as supplemented with additional information as included in this notice. This announcement constitutes the only solicitation, proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. North American Industrial Classification System (NAICS) code for this procurement is 514199 with a small business size standard of $6 million. This acquisition is a 100% small business set-aside. The Department of Housing and Urban Development is seeking a news clipping service to provide the Secretary of Housing and Urban Development and key staff members with a comprehensive review of the day's major news stories from sources including national and local television, national and local newspapers, news wires, Internet publications, magazines, legal journals, radio, and specialty press. As the nation's housing authority, it is critical that the HUD Secretary remain aware of the current issues and events relevant to the public and private housing sectors. Specific requirements: (1) Provide a news summary which summarizes the day's news while eliminating redundancy in providing a master edit of the news articles; (2) Provide a clips package which gives the full length version of news articles outlined in the news summary; (3) The news summary and clips should cover the following topics: the Administration and Congress; Housing and Urban Development; HUD; Homelessness; Section 8; Affordable Housing; Predatory Lending; Sub Prime Lending; Housing; Homeownership; Fair Housing; Urban Renewal; Faith Based Initiative; Housing Authority; Public Housing; Low income Housing; Cuba (4) Other items to be included are the day's Washington schedule, including congressional hearings, special events and the headlines from major newspapers and television networks; (5) The summary will be organized by story and subject including a customized index divided by subject matter; (6) The final product should contain the summary, clips, and the index and be in a printable format for unlimited distribution in hardcopy. HUD must retain the right to further make unlimited distribution of the final product electronically or in hardcopy for internal agency use only; (7) Must be sent electronically in Adobe format each day, Monday to Friday, by 7:00 a.m. EST; (8) Must cover weekends and holidays. Monday's product should contain the news for Saturday and Sunday; (9) A dedicated web page, maintained on a web site established by the contractor will be part of the service to provide access to the day's clips via the Internet and contain an archive covering the previous 30 days; and (10) Secured access to the web page shall be made available through IP protection and the contractor should provide for one or many discrete or contiguous blocks of IP addresses. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, is hereby incorporated by reference. The Government will award a firm fixed price contract, using simplified acquisition procedures, FAR part 13, resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation and represents the best value to the Government, price and other factors considered (offeror's approach to the requirements, demonstrated experience in performing the same or similar work, past performance, and qualifications of key personnel). Period of performance is from the date of award is for a 12-month base period with four 12-month option periods. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and included with any and all offers submitted in response to this solicitation. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, 52.217-5 Evaluation of Options, 52.217-9 Option to Extend the Term of Contract, 52.232-18 Availability of Funds and 52.232-19 Availability of Funds for the Next Fiscal Year are hereby incorporated by reference. The clause at 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items is hereby incorporated by reference. The following FAR clauses apply to this solicitation and any resultant contract; 52.219-6 Notice of Total Small Business Set-Aside; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; and 52.222-37, Employment Reports for Disabled Veterans and Veterans of the Vietnam Era. All referenced FAR clauses may be copied at www.arnet.gov/far. Companies wishing to respond to this solicitation must provide this office with the following: a price proposal and technical proposal submitted on your company letterhead or your standard company proposal forms, for the requested items showing solicitation number, unit price and extended price for the base year and each of the four option years; past performance data to include a minimum of three contacts and telephone numbers for a sample of the complete requirements listed in the specific requirements above for evaluation purposes. Services under this RFQ must comply with the following Section 508 Accessibility Standards. 1194.21 Software Applications and Operating Systems; 1194.22 Web-based intranet and internet information and applications; 1194.31, Functional performance criteria; and 1194.41 information documentation and support (see http//www.section508.gov). Offers must state specifically which standards or parts thereof, are met directly in their offer. Offers must be signed by a responsible company representative and include their Dun & Bradstreet (DUNS) number and Tax Identification Number. All questions concerning this RFP should be submitted by e-mail to Trent_K._Ensley@hud.gov or be faxed to (202-708-2933). Proposals should be submitted to the following address: Department of Housing and Urban Development, Office of the Chief Procurement Officer, 451 7th Street, SW, Room 5266, Attn: Trent K. Ensley, Washington, DC 20410. Proposals should be received at the above location not later than 2:00 PM June 3, 2002 NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (17-MAY-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 13-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/HUD/OPC/ASDNCA/R-OPC-22208/listing.html)
 
Place of Performance
Address: 451 7th Street, SW, Washington, DC 20410
 
Record
SN00140133-F 20020815/020813221510 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.