Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 19, 2008 FBO #2489
SOLICITATION NOTICE

D -- Online Legal Research Services

Notice Date
9/17/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
 
ZIP Code
20398-5540
 
Solicitation Number
N00033-09-T-6002
 
Archive Date
10/7/2008
 
Point of Contact
Nathan M. Chenenko, Phone: 202-685-5960, Christina D Cochrane,, Phone: 202-685-5928
 
E-Mail Address
nathan.chenenko@navy.mil, christina.cochrane@navy.mil
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial services prepared in accordance with the format in Federal Acquisition Regulations (FAR) Part 12, Subpart 12.6 and FAR Part 13.5 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Proposals are being requested and a written solicitation will not be issued. This solicitation includes the provisions and clauses of the FAR through FAC 05-26 dated 6/2/08. This request is being advertised as a request for proposals Request for Proposal (RFP) No. N00033-09-T-6002 for Online Legal Research Services in support of Military Sealift Command. The type of contract anticipated to be awarded from this combined synopsis/solicitation is a Firm Fixed-Price Type Contract with a base contract period of one year with 3 option periods of 1 year each. The NAICS code is 519130; there is no set-aside for small business. DESCRIPTION OF SERVICE – The contractor shall provide access to a web-based searchable database(s) that include legal information including, but not limited to case law, statutes, law reviews, attorney general opinions, news releases, legal directories, Congressional Quarterly, Legal Resource Index, American Law Reports, American Jurisprudence, American Maritime Cases, Labor Arbitration published and unpublished decisions, Federal Employment, Alternative Dispute Resolution resources, Government Contracts Newsletters, Nash & Cibinic, and the Briefing Papers. The contractor must be able to provide access for 27 users simultaneously, twenty four hours per day, 365 days per year. Military Sealift Command currently subscribes to Westlaw to fulfill this requirement. Military Sealift Command already possesses a Lexis Nexis subscription under a separate contract. CONTRACT LINE ITEMS – CLIN 0001 – Legal Research Services Base Period 01 Oct 2008 to 30 Sep 2009. CLIN 1001 – Legal Research Services Option Year One 01 Oct 2009 to 30 Sep 2010. CLIN 2001 – Legal Research Services Option Year Two Oct 2010 to 30 Sep 2011. CLIN 3001 – Legal Research Services Option Year Three Oct 2011 to 30 Sep 2012. PERIOD OF PERFORMANCE – Contractor period of performance is Base Period of one year with 3 options of 1 year each. Exercising of the options will be at government discretion. DELIVERY – Contractor should provide necessary access by no more than 10 days after contract award. INSTRUCTIONS TO OFFERORS – Offers must include all information listed in FAR 52.212-1 that applies to this acquisition. Also provide a statement regarding any additions to FAR 52.212-1 that are included in the offer. Please list the two most recent similar projects of work completed by firm.. Provide name, address, telephone and fax number of principal official in charge of the project who is familiar with your performance. REPRESENTATIONS AND CERTIFICATIONS – Offerors shall complete the requirements listed under FAR 52.212-3 and include a completed copy. EVALUATION CRITERIA – Evaluation will be in accordance with FAR 52.212-2 Evaluation--Commercial Items and the following factors, listed in declining order of importance. FACTOR 1 – Breadth and depth of services, ease of availability, and ease of expanding into new and/or additional service offerings will be evaluated. FACTOR 2 – Past performance ratings shall be neutral if no past performance data is available. FACTOR 3 – The government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the government to exercise the option(s). FAR 52.212-4, Contract Terms and Conditions--Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items applies to this acquisition. The following additional FAR clauses cited in paragraph (b) of the clause are applicable to this acquisition: (18), (19), (20), (21), (22), (23), (24)(i), and (36). DFARS 52.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. The following DFARS clause applies to this acquisition: 252.232-7003. SUBMISSION– A price quotation with descriptive literature on product offerings should be submitted in addition to any above requirements. Literature should specifically address Evaluation Factor 1 – Breadth and depth of service as well as ease of availability. Quotation and literature should not exceed 15 pages. Email responses are acceptable to: Nathan.chenenko@navy.mil. Mailing address for submitting proposals: Military Sealift Command HQ Attn: Nathan Chenenko 914 Charles Morris Ct. SE Washington Navy Yard DC 20398
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=552b347e94bb32b38fb03aaf9a47c540&tab=core&_cview=1)
 
Place of Performance
Address: Military Sealift Command HQ, Attn: Nathan Chenenko, 914 Charles Morris Ct. SE, Washington Navy Yard, District of Columbia, 20398, United States
Zip Code: 20398
 
Record
SN01673674-W 20080919/080917221815-552b347e94bb32b38fb03aaf9a47c540 (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.