Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 08, 2007 FBO #1928
SOLICITATION NOTICE

R -- Career Development

Notice Date
3/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
541612 — Human Resources and Executive Search Consulting Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Washington Contracting Center (ACW), Attn: ACW Mail Stop D-6 4600 Sangamore Road, Bethesda, MD, 20816-5003, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HM157607T0026
 
Response Due
3/16/2007
 
Description
Synopsis/Solicitation: This is a combined synopsis/solicitation for commercial item prepared in accordance with the format in FAR Subpart 12.6, as supplemented by additional information included in this notice.NGA intends Sole Source for placing NGA recruitment Ads to run monthly from time of award through January 2008 Contractor shall provide for the month of March issue featuring Hispanics and Technology-Highlights on Technology in Government Agencies, April/May Spring issue featuring Women in Defense Engineers, Summer/Fall featuring Minority College-Highlights on Native Americans/Women in Government Technology, June/July featuring African Americans in Defense-Highlights on Women and Business, IT and Database Professionals. August/September featuring Native Americans-Highlights on Veterans, Technology, Communications, IT and Engineering and Veteran-Owned Business Enterprises. October/November Anniversary issue featuring People with Disabilities Champions of diversity-Highlights on Hispanic Enterprises, Technology, Finance and more. Winter 2007/Spring 2008 issues featuring Minority College-Highlights on African Americans, Native Americans, Hispanics and Women in IT/Software, Co-ops and Students with Disabilities, December2007/January 2008 issues featuring Women in Defense-Highlights on Women, System Engineers, IT Technology and Asian-Owned Business Enterprises. Solicitation HM157607T0027?is not being issued as a request for proposal. This synopsis constitutes the only solicitation; a written solicitation will not be issued. The solicitation document and incorporated provisions are those in effect through Federal Acquisition Circular 2005-07 effective October 31, 2005. The NAICS code is 424720 and small business is 500. NGA anticipates conducting discussions with offerors submitting proposals under subject solicitation, but reserve the right to make contract award based on initial offer submitted. The provision at 51.212-1, Instructions to Offerors, Commercial items, applies to this acquisition. Offerors are advised to include a completed copy of 52.212-3, Offerors Representations and Certifications-Commercial Items, with their offer. Contractors awarded a contract as a result of offers submitted for Solicitation HM157606T---- may reference completed certifications, state the completed certifications are current, accurate and complete and agree to notify the Contracting Officer of any changes, in lieu of completing the provision at 52.212-3. The provision at 52.212-4 Contractor Terms and Conditions-commercial Items, applies to this acquisition. This solicitation incorporates by reference and available in full text upon request. (PC&S) DESC (Jan 2006); II.03-8 Contract terms and Conditions Required to Implement Status or Executive Order. APPLICABLE PROVISIONS AND CLAUSES: Quotes received without the completed copy of the provision at FAR 52.212-3 will be considered non-compliant. Beginning January 1, 2005, the FAR requires the use of the Online Representations and Certifications Application (ORCA) in Federal Solicitations as a part of the proposal submission process. ORCA is a web-based system that centralizes and standardizes the collection, storage and viewing of many of the FAR representations and certifications previously found in solicitations. FAR and DFAR provisions and clauses may be accessed at http://www.farsite.hill.af.mil/vffara.htm The following FAR provisions and clauses apply to this acquisition and are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (Jan 2005), 52.212-3 Offerors Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Apr 2005). The following clauses incorporated in 52,212-5 are also applicable: 52.222-3 Convict Labor (June 2003), 52.222-19 Child Labor (June 2003), 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), 52.221-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (Apr 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.222-36 Affirmative Action for Workers with Disabilities (Jun1998),52.222-37 Employment Records on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), 52.225-13 Restriction on Cretin Foreign Purchases (Mar 2005), 52.232-33 Payment by Electronic Funds Transfer- Central contractor Registration(Oct 2003)-absences of registration in Central Contractor Registration (htt://www.ccr.gov), will make an offerors ineligible for award. The following Defense Federal Acquisition Regulation (DFARS) provision and clauses apply to this solicitation: 252.204-7004 Required Central Contractor Registration Alternate A (Nov 2003), 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Order applicable to Defense Acquisition of Commercial Items (Jan 2005), - the following clauses incorporated in 252.212-7001 are also applicable: 252-7001 Buy American Act and Balance of Payment Program (Apr 2003), 252.232-7003, Electronic Submission of Payment Request (Jan 2004),252.247-7023 Transportation of Supplies by Sea, Alt III (May 2002), 252.247-7024 Notification of Transportation of Supplied by Sea (Mar 2000). Offerors shall include a legible copy of any applicable terms and conditions and warranty information described herein with their offer to be considered responsive.
 
Place of Performance
Address: National Geospatial-Intelligence Agency, 4600 Sangamore Road MS: D-06, Bethesda, MD
Zip Code: 20816-5003
Country: UNITED STATES
 
Record
SN01245073-W 20070308/070306221705 (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.