Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2005 FBO #1333
SOLICITATION NOTICE

R -- NEWS CLIPPING/SUMMARY SERVICES

Notice Date
7/15/2005
 
Notice Type
Solicitation Notice
 
NAICS
561410 — Document Preparation Services
 
Contracting Office
DHS - Direct Reports, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528
 
ZIP Code
20528
 
Solicitation Number
Reference-Number-DHS-ROPA-0507
 
Response Due
6/26/2005
 
Archive Date
9/1/2005
 
Point of Contact
Patricia Wolfe, Contracting Officer, Phone 202-205-9226, Fax 202-772-9730, - Kristian Jovanovic, Contract Specialist, Phone 202-7778457, Fax 202-772-9729,
 
E-Mail Address
patricia.wolfe@dhs.gov, kristian.jovanovic@dhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Reference #DHS-ROPA-0507 is being advertised as a Request for Quotes. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular FAC 2005-04. This acquisition is 100% set-aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 561410 and the Small Business Size for this NAICS code is $6M. QUOTES ARE DUE NO LATER THAN 12:00 P.M. (EST) TUESDAY, JULY 26, 2005 and should be sent electronically to patricia.wolfe@dhs.gov with copy to kristian.jovanovic@dhs.gov. Fax submissions are acceptable and may be sent to (202) 772-9729. Questions should be sent via e-mail to: patricia.wolfe@dhs.gov with copy to kristian.jovanovic@dhs.gov. The deadline for questions is Thursday, July 21, 2005. STATEMENT OF WORK 1. Introduction. The contractor shall provide a complete and comprehensive review and summary of news stories affecting the U. S. Department of Homeland Security (DHS) on a daily basis from national and local television, newspapers, news wires, internet, publications, magazines, legal and trade journals, radio and specialty press, in electronic form, in accordance with the requirements and deliverables listed herein. 2. Period of Project One year from date of award, plus two one-year option periods. The exercise of option periods will be at the discretion of the government. 3. Background The Department of Homeland Security Office of Public Affairs requires a summary of major news coverage to be compiled and distributed to senior staff by 5:00 a.m. every weekday, and a complete collection of daily news coverage to be available to all DHS employees by 7:00 a.m. every weekday. Briefings are not required on weekends or Federal holidays. DHS requires daily news clipping articles, summarized, compiled and distributed to senior staff and other interested parties. Accordingly, DHS has a requirement for a company capable of reviewing a wide range of news outlets, apply understanding of the complex national security environment, edit out duplicate or non-critical information, and respond to evolving news and issues relating to DHS and its agencies. Extracting of critical information and an indication of where stores run are critical. News briefings shall be timely, relevant, and focused on the latest developments of DHS, including coverage of all of the agencies within DHS. The contractor must provide a service with access to regional, national and international news from the complete spectrum of media sources. 4. Services Required 4.1 The contractor shall provide complete and comprehensive access to media sources including but not limited to national and local television, radio, Internet, magazines and periodicals, newspapers, news wires, trade journals, specialty publications, and Spanish-language media in electronic form. 4.2 The media sources must reflect news topics related to homeland and national security including but not limited to aviation security, border security, cargo security, citizenship issues, counterfeit goods, Congressional activity, customs investigations, cyber security, emerging technologies, federal law enforcement, immigration enforcement, immigration services, intelligence, international trade, maritime security, national security, natural disasters, port security, preparedness, response and recovery, and terrorism. 4.3 The service shall be organized by story and subject, including a customized index divided by subject matter and shall be in printable format for distribution. 4.4 Summary service shall cover weekends and holidays, with weekend/holiday news presented on the first workday following the weekend/holiday (usually Monday). 4.5 The contractor may be required to provide access to the service for approximately 200,000 government employees in domestic and international locations. 4.6 Service shall include an IP-protected web site that will allow DHS employees to obtain access without requiring usernames or passwords. The web site shall maintain a 30+ day archive, and DHS will be authorized to archive its MS Word or Adobe Acrobat files for any length of time as deemed appropriate by DHS management. 4.7 The service must be reliable, operational 24 hours a day, and immediately available from multiple locations simultaneously. 4.8 Services shall be in compliance with Section 508 Accessibility Standards (www.section508.gov). 5. Contractor Personnel No on-site personnel will be required. 6. Work Location Not applicable. 7. Monthly Reports and Invoices The Contractor shall submit an invoice by the 15th working day following the end of each month. The Contractor shall also submit two (2) copies of a monthly report to the COTP by the 15th working day following the end of each month for review, processing, and acceptance. The monthly report shall contain, but not limited to, the following: 7.1 Management Summary: Documenting any major problems/issues, current expenditures by work hours, and any significant process or event. List of all Government furnished equipment (GFE), or contractor furnished equipment (CFE) and facility, to include software, documentation, date and name of Government representative who provided GFE and the name of the contractor representative who received the GFE. GFE or CFE information will also be documented when GFE is returned to the Government, or Contractor. 7.2 Resource Expenditures: Funds expended during the reported period, cumulative total, and funds remaining on contract. Other information required including name, labor category, and hours expended, cumulative hours expended and hours remaining on contract, and projected total hours for each individual working on this task. 7.3 Narrative: Description of work performed on tasks during the reported period and expected to be performed during the next month, including discussions of any problems/issues and recommendations for correction by the 10th working day following the end of each month 7.4 Report Headings: The heading on all reports shall contain the following information: -Contact Number -Name of Contractor -Phone Number of Contractor -Period of Performance -Contract Program Manager -Total Dollar Value -Title of Project -Contracting Officer’s Technical Representative -Problems and Issues Within the scope of the contract, needs may arise for other deliverables. If other deliverables are deemed appropriate, a modification to the delivery order will be executed. 8. Deliverables 8.1 Immediate off-site technical support upon request by the government. 8.2 Occasional training sessions in the use of the service to be conducted at various locations in the National Capital Region. 8.3 The contractor shall provide deliverables as directed by the Contracting Officer’s Technical Representative for review and acceptance. The contractor shall provide the deliverables in electronic format to the extent and possible. All documentation developed by the contractor shall become the property of the Government and shall not contain proprietary markings. 9. Kick-Off Meeting The Contractor shall meet with the Government Contracting Officer, COTR, and Program Manager before performance commences on this contract. Meeting will be to identify primary points of contact, discuss scope, tasks and understanding of technical approach and other statement of work items. The government anticipates awarding one contract resulting from this combined synopsis/solicitation to the responsible offeror(s) who will offer the best value to the Government, price and other factors considered. The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, and any addenda to the provision, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this solicitation. The solicitation will be evaluated using the following criteria, in descending order of importance: (1) Ability to meet required technical specifications and to comply with the requirements outlined in this solicitation; (2) Experience/Past Performance; and (3) Price. The provision at 52.212-3, Offeror Representations and Certifications, applies to this solicitation. If the offeror has completed the annual representations and certifications electronically at the http://orca/bpn.gov website, the offeror shall complete (and submit) only paragraph (j) of 52.212-3. The contractor must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per FAR 52.204-7, Central Contractor Registration, the contractor must be registered in Central Contractor Registration (www.ccr.gov) prior to award. The following additional FAR clauses apply to this acquisition: FAR 52.215-5, Facsimile Proposals (Oct 1997), (a) Definition. "Facsimile proposal," as used in this provision, means a proposal, revision or modification of a proposal, or withdrawal of a proposal that is transmitted to and received by the Government via facsimile machine. (b) Offerors may submit facsimile quotes/responses (in addition to e-mail) to this solicitation, at 202-772-9729. (d) If any portion of a facsimile proposal received is unreadable to the degree that conformance to the essential requirements of the solicitation cannot be ascertained from the document- (1) The Contract Specialist immediately shall notify the Offeror and permit the Offeror to resubmit the proposal; (2) The method and time for resubmission shall be prescribed by the Contract Specialist after consultation with the Offeror; and (3) The resubmission shall be considered as if it were received at the date and time of the original unreadable submission for the purpose of determining timeliness, provided the Offeror complies with the time and format requirements for resubmission prescribed by the Contract Specialist. (e) The Government reserves the right to make award solely on the facsimile proposal. FAR 52.222-3 Convict Labor (June 2003); FAR 52.223-6, Drug-Free Workplace (May 2001); FAR 52.247-34, F.o.b. Destination (Nov 1991); FAR 52.252-2, Clauses Incorporated By Reference (Feb 1998); F.O.B. Destination; FAR 52.252-1. Solicitation Provisions incorporated by Reference may be accessed in full text at http://www.arnet.gov/far In addition, the following Homeland Security Acquisition Regulation (HSAR) clauses and provisions are incorporated into this solicitation: HSAR 3052.209-70, Prohibition on contracts with corporate expatriates, as prescribed at (HSAR) 48 CFR 3009.104-75 HSAR 3052.209-70, Insurance, as prescribed at (HSAR), as prescribed in (HSAR) 48 CFR 3028.310-70 and 3028.311-1; and 3052.247-72, F.o.b. destination only, as prescribed in (HSAR) 48 CFR 3047.305-70(c). NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUL-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-JUL-2005, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/OCPO/DHS-OCPO/Reference-Number-DHS-ROPA-0507/listing.html)
 
Place of Performance
Address: Contractor's Place of Business
 
Record
SN00850592-F 20050721/050719213346 (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.