Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
SOLICITATION NOTICE

R -- News Clipping Services

Notice Date
9/1/2006
 
Notice Type
Solicitation Notice
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Justice, Justice Management Division, Procurement Services Staff (PSS), 1331 Pennsylvania Avenue, N.W. National Place Building, 10th Floor, Washington, DC, 20530, UNITED STATES
 
ZIP Code
20530
 
Solicitation Number
Reference-Number-DJJ-R-06-RFQ-0424
 
Response Due
9/19/2006
 
Point of Contact
Tim Spencer, Contracting Officer, Phone (202) 307-1956, Fax (202) 307-1933, - Tim Spencer, Contracting Officer, Phone (202) 307-1956, Fax (202) 307-1933,
 
E-Mail Address
Timothy.A.Spencer@usdoj.gov, Timothy.A.Spencer@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item procurement prepared in accordance with FAR Subpart 12.6, Subpart 13.106 and Subpart 13.5 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. This is a 100% set-aside for small business. STATEMENT OF WORK 1. General Objectives To provide the Attorney General and the components of the Department of Justice with a comprehensive review of the day's major news stories from sources including national and local television, national and local newspapers, news wires, internet publications, magazines, legal journals, radio, and specialty press. As the nation's chief law enforcement officer, it is critical the Attorney General remain aware of the current issues and events relevant to the U.S. justice system. 2. Background The Office of Public Affairs currently compiles and distributes the news summary and clips to the Attorney General and Department of Justice components. We would like to make this process more efficient and provide a greater wealth of news. Therefore, we are seeking a professional company able to review a wide ranging scope of news outlets, understand the complex legal environment, and respond to the evolving news and issues relating to Justice Department activities. 3. Specific Requirements and Deliverables: The contractor shall provide the following items. 3.1 Provide a news summary which summarizes the day's news while eliminating redundancy in providing a master edit of the news articles. 3.2 Provide a clips package which gives the full length version of news articles outlined in the news summary. 3.3 The news summary and clips shall cover the following topics: civil and criminal law, civil rights, antitrust, immigration, environment, the FBI, the DEA, tax, white collar crime, judicial nominees and appointments, and the Administration and Congress. 3.4 Other items shall include are the day's Washington schedule, including congressional hearings, and the headlines from major newspapers and television networks. 3.5 The summary shall be organized by story and subject including a customized index divided by subject matter. 3.6 The final hardcopy shall contain the summary, clips, and the index and be in a printable format for unlimited distribution. The agency will retain the right to further make unlimited distribution of the final product electronically or in hardcopy for internal agency use only. 3.7 It must be sent electronically in Adobe format each day, Monday to Friday, by 7:45 a.m. to the following e-mail addresses: (To be specified at award) 3.8 Summary service shall cover weekends and holidays. Monday's product shall contain the news for Saturday and Sunday. 3.9 A dedicated web page shall be part of the service to provide access to the day's clips via the Internet and contain an archive covering the previous 30 days. 3.10 Secured access to the web page shall be made available through IP protection and the contractor shall provide for one or many discrete or contiguous blocks of IP addresses. 4.0 Period of Performance The period of performance is for one twelve (12) month periods beginning September 27, 2006 and ending September 26,2007, with four (4) additional option periods of Twelve (12) months each scheduled, if exercised, to run consecutively. Solicitation provision at FAR 52.212-1, Instructions to Offerors-Commercial Items, is hereby incorporated by reference. The Government will award a firm fixed price contract, using simplified acquisition procedures, FAR Part 13, resulting from this solicitation to the responsible offeror whose offer conforms to this solicitation and represents the best value to the Government, price and other factors considered (past performance, technical ability, and vendor's minimum quality standards). Period of performance is from the date of award for a 12-month base year with four 12-month option periods. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, must be completed and included with any and all offers submitted in response to this solicitation. FAR Clauses 52.212-4, Contract Terms and Conditions-Commercial Items, 52.217-5 Evaluation of Options, 52.217-9 Option to Extend the Term of the Contract, 52.232-18 Availability of Funds and 52.232-19 Availability of Funds for the Next Fiscal Year are hereby incorporated by reference. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items is hereby incorporated by reference. The following FAR clauses apply to this solicitation and any resultant contract: 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; 52.222-37, Employment Reports for Disabled Veterans and Veterans of the Vietnam Era; and 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. All referenced FAR clauses may be copied at www.arnet.gov/far. Companies wishing to respond to this solicitation must provide this office with the following: a price quote and technical approach submitted on your company letterhead or your standard company quotation forms, for the requested items showing solicitation number, unit price and extended price for the base year and each of the four option years; past performance data to include a minimum of five contacts and telephone numbers for same or similar services previously' performed; a floppy disk or CD-Rom containing a sample of the complete requirements listed in the Specific Requirements above for September 6,2006, for evaluation purposes and as a demonstration of their technical ability and their minimum quality standards. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (01-SEP-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-MAR-2007, 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.fbo.gov/spg/DOJ/JMD/PSS/Reference-Number-DJJ-R-06-RFQ-0424/listing.html)
 
Place of Performance
Address: Washington, DC
Zip Code: 20530
Country: UNITED STATES
 
Record
SN01262645-F 20070331/070329225601 (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.