Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 24, 2006 FBO #1824
SOLICITATION NOTICE

T -- T ? Photographic, Mapping, Printing and Publication Services

Notice Date
11/22/2006
 
Notice Type
Solicitation Notice
 
NAICS
541921 — Photography Studios, Portrait
 
Contracting Office
Department of Homeland Security, Office of the Chief Procurement Officer, Office of Procurement Operations, Office of the Chief Procurement Officer, Washington, DC, 20528, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSHQDC-07-Q-00010
 
Response Due
12/4/2006
 
Archive Date
12/19/2006
 
Small Business Set-Aside
Total Small Business
 
Description
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. Announcement HSHQDC-07-Q-00010 is being advertised as a Request for Quote. This solicitation and consequent contract award incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-13. This acquisition is 100% set aside for small business. The North American Industry Classification System (NAICS) code for this acquisition is 541921 and the Small Business Size Standard for this NAICS code is 500 employees. Quotes are due no later than 5:00 pm (EST) December 4, 2006. Quotes shall be submitted via any of the 2 methods: 1) Email in a Word, Excel, or PDF format to michael.e.jones@dhs.gov or; 2) Faxed in accordance with FAR 52.215-5 (Facsimile Proposals) to Michael Jones at (202) 447-5545. Technical questions regarding this requirement must be submitted via e-mail to michael.e.jones@dhs.gov no later than 3:00 EST, Wednesday, November 29, 2006. Questions received after this date and time will not be addressed. The DHS Office of Public Affairs (DHS), has a requirement for contractor support to provide photographic printing and design work to document and support significant events for internal communications to DHS employees, media relations and requests from the general public. The vendor shall provide project management services and complete turn-key delivery of provided JPEG files and if provided, film to meet the requirements of professional/top quality prints. DHS plans to establish an Indefinite Quantity Indefinite Delivery Contract (IDIQ) with one (1) vendor for this requirement which will include varying delivery orders of the following line items. The Period of Performance will be for twelve (12) months from date of award with two (2) one year options. (1) 8x10 prints, to include 6x8 image with signature border and DHS Logo (2) 5x7 prints, to include 4x6 image with signature border and DHS Logo. (3) 20x30 prints, mounted protective spray finish, framed and wired for hanging. (4) 8x10 montages consisting of 5-20 images/jpeg files and trip documentation. (5) Associated Art Work or Graphics per hour and as needed (e.g., digital corrections and/or changes such as removing an unwanted item in a picture for security concerns, etc.), including the above referenced placements of signature borders and DHS Logos. (6) Delivery/charges/rates on items sent to DHS, FOB: Destination for delivery to Department of Homeland Security, 245 Murray Lane, SW, Building 410, Washington DC 20528 Pricing sheets should be provided for each line item above including options. Should pricing be any different for the options, Vendors must submit a separate price sheet for the option period. Otherwise, just one pricing sheet addressing all line items is sufficient. DHS will provide the vendor with high resolution JPEG or RAW files and any pertinent reference materials, graphics or logos, subject to such vendor receiving clearance approval from DHS to use such DHS logo, etc. DHS will provide written information as to events and/or dates for designated prints/montages. Evaluation Criteria: The Government intends to award an IDIQ contract with task orders to be placed on a firm fixed price basis to the responsible offeror whose offer conforming to synopsis/solicitation 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 applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items applies to this acquisition. The solicitation will be evaluated using the following criteria in descending order of importance: (1) Technical Capability. Offerors must fully demonstrate both an understanding of and the capability to perform the requirement. This factor must also include information on whether the offeror can handle expedited schedules. (2) Past Performance. Offerors shall provide at least three (3) completed projects not more than 3 years of age which are similar in scope to this requirement. Please provide a description of the project, the name of the company, point of contact, and phone number of point of contact. Factor 3 assessment elements will be: a) effectiveness of planning and implementation activities; b) adherence to schedule; c) business relations including budget performance, problem resolution and responsiveness to client; d) quality of service. Note that the Government reserves the right to utilize all past performance information received from all sources, not just that was obtained from the provided references. (3) Price Factors 1 and 2 when combined are equal to one another in importance and are considered to be more important than price. Your proposal should be limited to 5 pages excluding past performance references as identified above. 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 52.121-3. The offeror must have a current profile in the Online Representations and Certifications (http://orca/bpn.gov) prior to award. Per 52.204-7, Central Contractor Registration, the offeror must be registered in Central Contractor Registration (www.ccr.gov) before award. The following FAR and Homeland Security Acquisition Regulation (HSAR) clauses and provisions are applicable unless otherwise noted: 52.212-4, Contract Terms and Conditions ? Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items. The following clauses in 52.212-5 are applicable: 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-3, Convict Labor; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.22-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees; 52.222-19, Child Labor- Cooperation with Authorities and Remedies; 52.223-6, Drug Free Workplace; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer ? Central Contractor Registration; 52.247-34 FOB Destination; HSAR 3027-404, Basic Rights in Data; 3052-204-71, Contractor Employee Access; 3052-209-70, Prohibition on Contracts with Corporate Expatriates; 3052-242-71; Dissemination of Contract Information. These provisions and clauses may be accessed via the world wide web at: www.acquisition.gov/far and www.dhs.gov. All quotes must include 1) Technical proposal addressing factors 1 and 2; 2) A unit cost for each line item; 3) Company Information (address, telephone number, point of contact); 4) Tax Identification Number; 5) Dun & Bradstreet Number; 6) Socio Economic Status of Company; 7) Completed and signed copy of FAR 52.212-3, Representations and Certifications.
 
Place of Performance
Address: Department of Homeland Security, 245 Murray Lane, SW, Building 410, Washington DC, ,
Zip Code: 20528
Country: UNITED STATES
 
Record
SN01185512-W 20061124/061122220225 (fbodaily.com)
 
Source
FedBizOpps 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.