Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2009 FBO #2785
SOLICITATION NOTICE

D -- Duplication and Distribution of CD-ROMs - Attachment I - Attachment II - Attachment III - Attachment IV - Attachment V

Notice Date
7/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334612 — Prerecorded Compact Disc (except Software), Tape, and Record Reproducing
 
Contracting Office
Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
 
ZIP Code
21244
 
Solicitation Number
SSA-RFQ-09-1725
 
Archive Date
8/5/2009
 
Point of Contact
Sandra L. Wicks, Phone: 410-965-9522, Syreeta Gay, Phone: 410-965-9510
 
E-Mail Address
sandra.wicks@ssa.gov, syreeta.gay@ssa.gov
(sandra.wicks@ssa.gov, syreeta.gay@ssa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF-18 Photo Sample Distribution List Representations & Certifications FAR Commercial Item Clauses Description(s): This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; quotations are being requested at this time. A written solicitation will not be issued. The Social Security Administration is seeking quotations for a contractor shall provide all necessary personnel, facilities, supplies, materials and equipment needed to duplicate and distribute a quantity of 60,000 mini CD-ROMs to multiple SSA locations nationwide. SSA will provide a sample of the CD-ROM upon request via FedEx. Request for samples should be sent via email to: sandra.wicks@ssa.gov; this requirement is set-aside 100% for small business. Only qualified sellers may submit quotes The North American Industry Classification System (NAICS) code and small business size standard applicable to the acquisition is 334612 and small business size standard is 750. The contractor shall also provide a firm-fixed price and state the period of acceptance for their quotation. This acquisition is being conducted in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The selected offeror must comply with the following commercial item terms and conditions: FAR 52.212-1 Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items. In addition, offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items. Applicable terms and conditions are contained in Attachment 1, Representations and Certifications are contained in Attachment 2, Distribution List contained in Attachment 3, sample of the label in contained in Attachment 4, and Standard Form 18 to be completed is contained in Attachment 5 of this notice. The Contracting Officer will evaluate offers on the basis of information furnished by the offeror. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the requirements of this solicitation in terms of technical acceptability, lowest price and delivery time. Shipping/Delivery must be free on board (FOB) destination CONUS (Continental U.S.), 30 days after award. Responses to this combined synopsis/solicitation are due no later than 2 p.m., EST, Tuesday, July 21, 2009. Offerors may send responses via email to Sandra Wicks@ssa.gov. All questions regarding this RFQ must be submitted in writing to Sandra Wicks at the email address provided previously by July 15, 2009 at 2:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-09-1725/listing.html)
 
Place of Performance
Address: Multiple Locations - 10 SSA Regional Offices, United States
 
Record
SN01872139-W 20090712/090711000813-68cd85575f5cf2258a2c3202847b13c2 (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.