Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2009 FBO #2882
MODIFICATION

T -- RECOVERY--T--American Recovery and Reinvestment Act funded solicitation for scanning of approximately 800,000 pages of documents.

Notice Date
10/13/2009
 
Notice Type
Modification/Amendment
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
US Army Engineer District, St. Paul, Contracting Division CEMVP-CT, 190 East Fifth Street, St. Paul, MN 55101-1638
 
ZIP Code
55101-1638
 
Solicitation Number
W912ES-09-R-0034
 
Response Due
10/16/2009
 
Archive Date
12/15/2009
 
Point of Contact
Carol S. Olson, 651-290-5406
 
E-Mail Address
US Army Engineer District, St. Paul
(carol.s.olson@usace.army.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RECOVERY--Recovery-This is a combined synopsis/solicitation for commercial items prepared in accordance with Federal Acquisition Regulation (FAR) 12.6, and supplemental information included in this notice. The reference number for this effort is W912ES-09-R-0034 and the solicitation is issued as a request for quotation (RFP). The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulations supplement (DFARs) can be accessed on the Internet at http://farsite.hill.af.mil/ This solicitation is set-aside 100% for Service-Disabled Veteran-Owned (SDVO) small business concerns. The associated NAICS code is 518210 and the small business size standard is 25.0 million dollars. This requirement consists of a one line item.(0001 ARRA-Archiving. This contract is for digital representations of approximately 800,000 pages of Regulatory documents. The scanned images shall be delivered to the District on hard drives. All work to be performed in strict accordance with the performance work statement. The provision at 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009, 52.204-7 Central Contractor Registration, 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements, 52.212-1, Instructions to Offerors Commercial Items, applies to this solicitation. The clause 52.212-2 Evaluation-Commercial Items applies to this solicitation. The factors used to evaluate offers will be technical approach, past performance, and price. Technical approach and past performance, when combined, are significantly more important when compared to price or cost. The USACE contemplates award of a firm fixed price (FFP) contract. The provisions at 52.212-3, Offeror Representations and Certifications Commercial Items. The contractor shall return a completed copy of this provision with its quotation. A copy of the provisions may be attained from http://www.arnet.gov/far. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders Commercial Items Alt II, applies to this acquisition. The following FAR clauses are applicable to this acquisition. 52.203-3 Gratuities, 52.204-7 Central Contractor Registration, 52.215-2 Audit and Records-Negotiation, 52.217-8 Option to Extend Services, 52.217-9 Option to Extend the Term of the Contract, 52.219-1 Small Business Program Representations, 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside, 52.219-14 Limitations on Subcontracting, 52.219-28 Post Award Small Business Program Representation, 52.222-3 Convict Labor, 52.222-19 Child Labor, 52.222-21 Prohibition Of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-41 Service Contract Act of 1965, As amended, 52.222-42 Statement of Equivalent Rates for Federal Hires, 52.223-6 Drug-Free Workplace, 52.225-13 Restrictions on Certain Foreign Purchases, 52.227-14 Rights in Data-General, 52.228-5 Insurance-Work on a Government Installation, 52.232-1 Payments, 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration, 52.233-4 Applicable Law for Breach of Contract Claim, 52.233-3 Protest After Award, 52.237-3 Continuity of Services, 52.242-15 Stop-Work Order, 52.245-1 Government Property, 52.246-4 Inspection of Services-Fixed Price, 52.246-24 Limitation of Liability-High Value Items, 52.247-34 F.O.B. Destination, 52.252-1 Solicitation Provisions Incorporated by Reference. (xiii) The following DFAR clauses are applicable to this acquisition: 252.201-7000 Contracting Officers Representative, 252.204-7000 Disclosure of Information, 252.204-7003 Control of Government Personnel Work Product, 252.204-7004 Alt A, Required Central Contractor Registration, 252.219-7004 Small Business Subcontracting Plan, 252.225-7001 Buy American and Balance of Payments Program, 252.232-7010 Levies on Contract Payments, 252.232-7003 Electronic Submission of Payment Requests and 252.243-7001 Pricing of Contract Modifications. To be awarded this contract, the offeror must be registered in the CCR. CCR information may be found at http://www.ccr.gov. The clause at 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies to this acquisition. Proposals are due to the St. Paul District Corps of Engineers, 190 East Fifth Street, St. Paul, MN 55101-1638 3:30 PM CDT, October 16, 2009. Faxed or emailed proposals are acceptable. Complete solicitation is posted as an attachment to this announcement. Or contact Carol Olson at carol.s.olson@usace.army.mil or by fax, 651-290-5706 to be sent complete solicitation W912ES-09-R-0034. In order for an interested party to have a complete proposal package, the package must also contain the following items: Copy of completed FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS and 52.219-1 SMALL BUSINESS PROGRAM REPRESENTATIONS. A determination by the Government not to award this proposed contract action based on this notice is solely within the discretion of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA37/W912ES-09-R-0034/listing.html)
 
Place of Performance
Address: US Army Engineer District, St. Paul Contracting Division CEMVP-CT, 190 East Fifth Street St. Paul MN
Zip Code: 55101-1638
 
Record
SN01984615-W 20091015/091013234846-08bb6c1c25b6950dfe073ba955aae929 (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.