Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2005 FBO #1214
SOLICITATION NOTICE

76 -- Serials Subscription Service

Notice Date
3/22/2005
 
Notice Type
Solicitation Notice
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Securities and Exchange Commission, Procurement and Contracts Branch, Operations Center, 6432 General Green Way, MS 0-20, Alexandria, VA, 22312-2413
 
ZIP Code
22312-2413
 
Solicitation Number
SECHQ1-05-Q-0051
 
Response Due
4/6/2005
 
Archive Date
4/21/2005
 
Description
This synopsis/solicitation is for commercial items prepared in accordance with the format in FAR Subpart 12.603, as supplemented with additional information included in this notice. This announcement requests quotations and constitutes the only solicitation; a paper solicitation will not be issued. Request for Quotation number SECHQ1-05-Q-0051 shall be referenced on any quotation. This solicitation is under the Commercial Acquisition Procedures FAR Part 12, FAC No.2005-01 for full and open competition and is unrestricted. All future information about this acquisition including solicitation amendments will also be distributed solely through this site. Interested parties are responsible for monitoring this site to ensure that they have the most up-to-date information about this acquisition. This contract action will result in a Firm Fixed Price Purchase Order. The Government's requirement is for the following commercially available services: The U.S. Securities and Exchange Commission (SEC) requires a service to order, renew, claim and provide various administrative services in support of the Commission?s print serials collection. The general terms are described: 1. Pre-Order Price Quotations. A representative list of subscriptions to be ordered or renewed is enclosed as Attachment A/RFQ/ SECHQ1-05-Q-0051 for quotation purposes. This list may vary with additions and deletions of titles and changes in quantities occurring during the term of the contract. The SEC makes no commitment as to the quantity or total dollar expenditures to be requested. The price quoted shall be firm-fixed price. 2. Basic Order Requirements. Titles requested for order, including all formats, e.g., print, electronic, microform, shall be expedited. The vendor shall place these orders within two (2) working days of receipt of the order request. The vendor shall provide notice of action and order status to the SEC, including the date the order was placed and the anticipated date of delivery. 3. Orders requested on a rush basis shall be placed within 24 hours of receipt of the order request. The vendor shall provide notice of action and order status to the SEC, including the date the order was placed and the anticipated date of delivery. 4. The vendor shall support orders and renewals for multiple shipping addresses under one billing address. 5. Pricing: Cost plus flat fee per title. The vendor may offer a pricing plan that includes a flat fee per title added to the vendor?s cost for the title, including any and all discounts received by the vendor from the Publisher. 6. Claiming of Missing, Defective or Mutilated Issues. After placing requests for claimed issues, the vendor shall provide the SEC with notification of the claim action and anticipated date of delivery. Claims shall be processed by the vendor within 3 (three) business days of receipt. All claimed material shall be shipped to the following address: The U.S. Securities and Exchange Commission Library,Room 1C00,450 5th St., NW,Washington, DC 20549-0002. 7. Administrative Services: The vendor shall support a web-based serials management system using a consistent user interface with provisions for online claiming, ordering, on-demand analytical report generation, and title research. 8. The vendor shall utilize the Electronic Data Interchange (EDI) standard. This standard allows the vendor and the SEC to communicate electronically to order and claim serials, exchange publications and subscriptions information, and send and receive invoices. 9. Distribution. Publications in various quantities will be delivered to the following U.S. Securities & Exchange Commission locations: 9.1 Pacific Regional Office, 5670 Wilshire Blvd., 11th Floor,Los Angeles, CA 09936-3648 9.2 San Francisco District Office, 44 Montgomery St., Suite 2600, San Francisco, CA 94104 9.3 Central Regional Office, 1801 California Street., Suite 1500, Denver, CO 80202-2656 9.4 SEC Headquarters, Library Rm 1C00,450 5th St., NW,Washington, DC 20549-0002 ( 1 ? 33 possible locations within SEC Headquarters). 9.5 Southeast Regional Office, 801 Brickell Ave., Suite 1800, Miami, FL 33131 9.6 Atlanta District Office, 3475 Lenox Rd., NE, Suite 1000, Atlanta, GA 30326-1232 9.7 Midwest Regional Office, 175 West Jackson Blvd., Suite 900, Chicago, IL 60604 9.8 Boston District Office, 73 Tremont Street, Suite 600, Boston, MA 02108-3912 9.9 Northeast Regional Office, The Woolworth Building, 233 Broadway, 6th Floor, New York, NY 10279 9.10 Philadelphia District Office, Mellon Independence Center, 701 Market Street, Suite 2000, Philadelphia, PA 19106-1532 9.11 Fort Worth District Office, Burnett Plaza, Suite 1900, 801 Cherry Street, Unit #18, Fort Worth, TX 76102-6882 9.12 Salt Lake District Office, Gateway Tower West, 15 W. South Temple Street, Suite 1800, Salt Lake City, UT 84101. Period of performance shall be for the period of 12 months. Award is anticipated April 2005. A commercial item contract with (1) Base Year and (4) Option Years is preferred. The Government intends to issue a purchase order for the above items to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (1) price (2) technical acceptability and (3) Past Performance. This evaluation will be based on information provided by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the quotation, but may do so at its discretion. Only authorized representatives shall submit quotes. Please carefully review the commercial item clauses for information about requirements and instructions for submitting a quotation. Quotations that do not include prices for all items will not be considered. The following provisions and clauses apply to this procurement: Federal Acquisition Regulation (FAR) provision 52.212.1, Instructions to Offeror- Commercial Items (OCT 2000); FAR provision 52.212-2, Evaluation-Commercial Items (JAN 1999) - Award will be made to the responsible offeror whose offer is considered to be most advantageous to the Government, considering delivery time, technical acceptability, and price. The Government reserves the right to award without discussions; FAR provision 52-212-3, Offeror Representations and Certification-Commercial Items (JAN 1999) - all offerors shall include a completed copy of this provision with their quote; FAR clause 52-212-4, Contract Terms and Conditions- Commercial Items (FEB 2002); FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2003) - in paragraph (b) the following clauses apply; 52.203-6 Alternate I, 52.222-3, 52.222-19,52.222.21, 52.222-26, 52.222-35, 52.222-36, 52.222-37,52.232-33,52.232-36, 52.239-1, 52.222-41,52.222-43, 52.222-44. Also applicable: 52.217-8 and 52.217-9. Clauses incorporated by reference may be accessed in full text at www.arnet.gov. All quotes from responsible sources will be considered. All quotes shall be submitted to Debra E. Chapman at chapmand@sec.gov no later than 12:00 PM EST, April 4, 2005. Quote must be clearly marked as RFQ no. SECHQ1-05-Q-0051. No other method of submission will be accepted.
 
Place of Performance
Address: 450 5th Street, NW, Washington, DC
Zip Code: 20549
Country: USA
 
Record
SN00773650-W 20050324/050322212812 (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.