Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2005 FBO #1263
SOURCES SOUGHT

76 -- Flight Information Publication (FLIP) products

Notice Date
5/10/2005
 
Notice Type
Sources Sought
 
NAICS
323117 — Books Printing
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Information Services Support Branch (ACSI), 3838 Vogel Road, Arnold, MO, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM1653-05-R-0001
 
Response Due
5/24/2005
 
Archive Date
6/8/2005
 
Point of Contact
Shirley Richey, Contract Specialist, Phone 314-263-4211 x106, Fax 314-263-8024, - Patricia Henson, Contract Specialist, Phone 314-263-4211 x107, Fax 314-263-8024,
 
E-Mail Address
richeysc@nga.mil, Patricia.L.Henson@nga.mil
 
Description
The National Geospatial-Intelligence Agency (NGA) proposes to award a Firm Fixed Price, Requirements contract with Cost Reimbursement provisions for Distribution and an Economic Price Adjustment for Paper that provide for Negative Maintenance, Finishing, Printing and Distribution of the Flight Information Publication (FLIP) products. The period of performance will be for a one-year base period and four (4) option years. The applicable NAICS code is 3231 and the size standard is 500. These products are maintained, printed and distributed on a 28-day cycle and multiples thereof. The finished products are charts and bound books, which will be distributed worldwide. The requirement contains four lots. These four lots consist of Negative Maintenance, Photo-servicing, Printing and Distribution of various size charts, 5.12” x 8” bound books containing primarily graphic data and various size books containing primarily text data. For Lot 1 the successful contractor may have to perform negative maintenance on seven (7) Area Planning AP1B (Aeronautical Navigation Charts). This would entail setting/stripping in NGA-directed data abstract (DAs) corrections into the interior of these charts, plus updating the Effective Dates and Julian Bar Code date on the front panels of four of the charts. For Lot 2 the contractor may be required to add page numbers to all of the body pages and type-set the Table of Contents pages and the Effective Dates and Julian Bar Code date on the front covers. Lots 3 and 4 do not require negative maintenance. Award of each lot on this solicitation will be made on an all-or-none basis utilizing the best value approach. Firms must demonstrate at least two (2) years experience performing the same or similar services in the form of an outline of projects for specific relevant work which includes contract numbers, description of work, points of contact/phone numbers, and any other pertinent information which would enable the Government to assess each firm’s capabilities. Proposals will consist of providing both written material and an oral presentation. Proposals shall be evaluated and scored using the following criteria: Past Performance, Technical, Quality, Management, test download samples, and Cost/Price to determine the best value to the Government. Since subcontracting opportunities exist, it is suggested that small business firms or others interested in subcontracting opportunities in connection with this procurement make direct contact with prospective prime contractors early in the procurement stages. All responsible sources are encouraged to submit a request for a copy of the draft solicitation. The proposed solicitation will be unrestricted. At the Government’s discretion, the solicitation documents, statement of work, specifications, and forms may be sent either e-mail, compact disc (read only), or in paper copies, or any combination of the above. All requests for copies of the draft solicitation shall be faxed to (314) 263-8024 to the attention of Shirley C. Richey, Contracting Officer. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (10-MAY-2005); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/ODA/NIMA/GPO394009/HM1653-05-R-0001/listing.html)
 
Place of Performance
Address: To be determined
 
Record
SN00804217-F 20050512/050510212516 (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.