Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

D -- Interim contract for Federal News Service - Statement of Work

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519110 — News Syndicates
 
Contracting Office
Other Defense Agencies, OSD - Public Affairs for Internal Communication, Defense Media Activity, 23755 Z Street, Riverside, California, 92518-2031, United States
 
ZIP Code
92518-2031
 
Solicitation Number
hq002890518604
 
Archive Date
3/18/2009
 
Point of Contact
Jisun Kang, Phone: 951-413-2211, Artimae Shepherd,, Phone: 951-413-2303
 
E-Mail Address
jisun.kang@dodmedia.osd.mil, artimae.shepherd@dma.mil
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6 for commercial items, with a notice of intent to issue a Firm-Fixed Price (FFP) contract to Federal News Service, Inc., 1000 Vermont Ave, NW FRNT1, Washington DC 20005-4903, on a sole source basis under the authority of FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements, 10 U.S.C. 2304(c)(1). The resulting contract will be awarded on a sole source basis to the Federal News Service, Inc., for the justification here stated: “The two month service agreement sought with the Federal News Service will provide the necessary time to properly compete and award a new contract (a base year with several option years). The DMC Contracting Activty is in the process of conducting a full and open competitive procurement for similar services that will result in a long term award for the requreid services. Delays with this procurement have been caused by 1) failure to obtain contractual authority in the form of a contract extension via the Army’s Center for Contracting Excellence, through which the previous contract was awarded. That extension was sought in order to prepare a new RFP, evaluate proposals, and award a new contract; and 2) confusion on the part of the Contracting Officer Technical Representative on how to rectify the situation. An award to another vendor would cause great disruption in services and additional costs which are unlikely to be recovered as a result of competition. Moreover, this contract award is limited to only that short timeframe needed to complete a proper full and open competition. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation/synopsis reference number HQ002890518604 is being issued as a Request for Quotation (RFQ) and incorporates the following with the word “quoter” substituted for “offeror”. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-26 effective 12 June 2008 and DFARS Change Notice 20080812. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (APR 2008): (a) Re para (a): NAICS 519110; small business size standard is $7M. (b) Note that para (k) requires quoter to be registered with the Central Contractor Registration (CCR) database at time of contract award and throughout the performance period. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999) with the following insertion in para (a) “lowest priced technically acceptable quote with acceptable past performance.” Technical evaluation will be whether quoted items satisfy all required characteristics contained in CLIN 0001 through 0004. (3) QUOTATIONS MUST BE RECEIVED NO LATER THAN 8:00 AM PACIFIC TIME 3 MAR 2009 IN ORDER TO BE CONSIDERED. Quote submissions may be e-mailed to jisun.kang@dma.mil or sent via fax to (951) 413-2432. Due to technical issues, email and fax may not result in your proposal arriving before the cut-off time, please allow extra time if you’re sending your quote via electronic means. (4) Quotations must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (NOV 2007) with Alt 1 (APR 2002) or indication that reps and certs are located on the Online Representations and Certifications Application (ORCA) website. SERVICES; NON-PERSONAL; CONTRACTOR TO PROVIDE A RADIO-TV DIALOG WITH TRANSCRIPTS FROM ABC, CBS, NBC AND PBS EVENING NEWS AND SELECTED CABLE NEWS PROGRAMS AND NATIONAL PUBLIC RADIO NEWS PROGRAMS FOR TWO MONTHS; DATES OF SERVICE: 4 MAR 2009 – 3 APR 2009 IN ACCORDANCE WITH ATTACHED STATEMENT OF WORK. CLIN 0001. The newsletter shall be delivered via e-mail and to an FTP back-up site to CNS not later than 2:00 a.m. CLIN 0002. Solicited “immediate” transcripts shall be delivered via e-mail no later than 1-2 hours after broadcast to CNS and OASD/PA. CLIN 0003. Other solicited transcripts shall be delivered to CNS via e-mail no later than two days after the contractor’s receipt of request. CLIN 0004. Congressional hearing transcripts and Washington transcript service. The contractor will bill monthly in arrears. It is the responsibility of all interested quoters to review this site frequently for any updates/amendments that may occur during the solicitation process. The response date cited above does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/solicitation either before or after the solicitation closing date, with no obligation to the quoter by the Government. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for contract award. For registration, go to http://www.ccr.gov/ and follow the instructions. The Government will issue an order to the responsible quoter, with acceptable past performance, submitting the lowest priced technically acceptable quotation. This order will include the following referenced clauses which may be accessed electronically at www.arnet.gov: FAR 52.204-9 (Personal Identity Verification of Contractor Personnel (SEP 2007) FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (FEB 2007) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items) (APR 2008) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (MAY 2004) FAR 52.232-33 (Payment by Electronic Funds-Central Contractor Registration) (OCT 2003) DFARS 252.204-7004, Alt A (Required Central Contractor Registration (CCR) (SEP 2007) DFARS 252.232-7003 (Electronic Submission of Payment Request) (MAR 2008) DFARS 252.246-7000 (Material Inspection and Receiving Report) (APR 2008) Additional FAR and DFARS clauses required by the regulations will be included. Local DMC clauses, 52.0100-4028 (Contract Contact Information)(DMC) (JUN 2005) and 52.0100-4094 (Marking Instructions for All Items to Include Drop Ship and Direct Shipment) (JUN 2006), will be included.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c7b39d15883b901b574dc4064a7c0356&tab=core&_cview=1)
 
Record
SN01758528-W 20090301/090227215548-c7b39d15883b901b574dc4064a7c0356 (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.