Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 12, 2010 FBO #3214
SOLICITATION NOTICE

99 -- Radio Programming Services for Alternative-Rock Music

Notice Date
9/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334612 — Prerecorded Compact Disc (except Software), Tape, and Record Reproducing
 
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
216401586366
 
Archive Date
10/6/2010
 
Point of Contact
Allen L. Powers, Phone: 9514132382, Jessie Feliciano, Phone: 951-413-2406
 
E-Mail Address
allen.powers@dma.mil, jessie.feliciano@dma.mil
(allen.powers@dma.mil, jessie.feliciano@dma.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. This solicitation will be posted to the Federal Business Opportunity (FBO) web-site as an Unrestricted Procurement. Solicitation/synopsis reference number “216401586366” is being issued as a Request for Proposals (RFP) under FAR Part 12 – Acquisition of Commercial Items and FAR Part 13 – Simplified Acquisition Procedures. Provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-43 effective 02 AUG 2010. (1) FAR 52.212-1 (Instructions to Offerors – Commercial Items) (JUN 2008): (a) Re para (a): NAICS 334612 ; size standard is $750 employees. (b) Note that para (k) requires offeror to be registered with the Central Contractor Registration (CCR) database at time order is issued and throughout performance. (2) FAR 52.212-2 (Evaluation – Commercial Items) (JAN 1999): (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) The Government will issue an award to the responsible contractor, with acceptable past performance, submitting the lowest priced technically acceptable offer/proposal. Contractor must provide a detailed company overview and a list of similar projects/contracts completed, with contact information, so we may determine the contractor capability/past performance in fulfilling the Government requirement. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (3) PROPOSALS MUST BE RECEIVED NO LATER THAN 2:00 PM PACIFIC TIME SEPTEMBER 21, 2010 IN ORDER TO BE CONSIDERED. Submit your cost/pricing proposal using the below or simliar structure providing for the base and the four one-year options. The Statement of Work is attached. Please ensure to include your company overview and list of similar projects or your offer will be conisdered non-responsive. Please submit your offer/proposal by email, fax, or mail to: Mail: Defense Media Activity – Riverside Contracting Office – Attn: Allen Powers 23755 “Z” Street Riverside, CA 92518 Email: allen.powers@dma.mil Fax: (951) 413-2432. Note: 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 offer/proposal via electronic means. CLINService Description 0001Base Year: Music Programming Services; Alternative/Active Rock Music. License Period: September 27, 2010 through September 26, 2011 Quantity Unit Unit Price Extended Amount 1Year $_____________ $_________________ CLINService Description 0002Base Year: Music Programming Services; Alternative/Active Rock Music. License Period: September 27, 2011 through September 26, 2012 Quantity Unit Unit Price Extended Amount 1Year $_____________ $_________________ CLINService Description 0003Base Year: Music Programming Services; Alternative/Active Rock Music. License Period: September 27, 2012 through September 26, 2013 Quantity Unit Unit Price Extended Amount 1Year $_____________ $_________________ CLINService Description 0004Base Year: Music Programming Services; Alternative/Active Rock Music. License Period: September 27, 2013 through September 26, 2014 Quantity Unit Unit Price Extended Amount 1Year $_____________ $_________________ CLINService Description 0005Base Year: Music Programming Services; Alternative/Active Rock Music. License Period: September 27, 2014 through September 26, 2015 Quantity Unit Unit Price Extended Amount 1Year $_____________ $_________________ Total Offer: $______________________ (4) Proposals must include completed copy of provision at FAR 52.212-3 (Offeror Representations and Certifications – Commercial Items) (AUG 2009) or indication that reps and certs are in ORCA. Service Address: Defense Media Center 23755 “Z” Street Riverside, CA 92518 This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil/farsite.html: CLAUSES INCORPORATED BY REFERENCE 52.203-3 Gratuities APR 1984 52.203-6 Alt I Restrictions On Subcontractor Sales To The Government (Sep 2006) -- Alternate I OCT 1995 52.204-4 Printed or Copied Double-Sided on Recycled Paper AUG 2000 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment SEP 2006 52.211-15 Defense Priority And Allocation Requirements APR 2008 52.212-4 Contract Terms and Conditions--Commercial Items JUN 2010 52.219-8 (DEV) Utilization of Small Business Concerns (DEVIATION) MAY 2004 52.222-3 Convict Labor JUN 2003 52.222-21 Prohibition Of Segregated Facilities FEB 1999 52.222-26 Equal Opportunity MAR 2007 52.222-35 Equal Opportunity For Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans SEP 2006 52.222-36 Affirmative Action For Workers With Disabilities JUN 1998 52.222-37 Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans SEP 2006 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration OCT 2003 52.233-3 Protest After Award AUG 1996 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A Central Contractor Registration (52.204-7) Alternate A SEP 2007 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Terrorist Country DEC 2006 252.225-7002 Qualifying Country Sources As Subcontractors APR 2003 252.225-7012 Preference For Certain Domestic Commodities JUN 2010 252.227-7021 Rights In Data--Existing Works MAR 1979 252.227-7027 Deferred Ordering Of Technical Data Or Computer Software APR 1988 252.227-7037 Validation of Restrictive Markings on Technical Data SEP 1999 252.243-7002 Requests for Equitable Adjustment MAR 1998 CLAUSES TO BE INCORPORATED BY FULL TEXT 52.0100-4028 CONTRACT CONTACT INFORMATION (DMA)(OCT 2008) 52.0100-4094 MARKING INSTRUCTIONS FOR ALL ITEMS TO INCLUDE DROP SHIP AND DIRECT SHIPMENT (DMA)(OCT 2008) 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (JUL 2010) (DEVIATION) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) 52.219-4 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (JUL 2005) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) 252.212-7001 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS APPLICABLE TO DEFENSE ACQUISITIONS OF COMMERCIAL ITEMS (APR 2010) (DEVIATION) UNDERSTANDING WIDE AREA WORKFLOW – READ THESE INSTRUCTIONS TO EXPEDITE ELECTRONIC PAYMENT (a) This contract action for commercial items of supply incorporates DFARS 252.232-7003, Electronic Submission of Payment Requests. For the Department of Defense, the MANDATORY method of electronic submission of payment requests is by Wide Area Workflow (WAWF.) This means that paper invoices are not permitted and will not be processed for payment. (b) Definitions Important to the WAWF Process Acceptor: The organization or person designated in block 15 of the SF 1449 (cover page of the purchase request) who accepts the products or services tendered. The acceptor has a unique DoDAAC (Department of Defense Activity Address Code) shown in the upper right had box of block 15 that must be used to notify the acceptor that an electronic invoice is pending. DoDAAC: As stated above, an acronym for Department of Defense Activity Address Code. This code unique to each organization in the Department of Defense. Knowledge of what DoDAAC codes must be input into WAWF electronic invoices is crucial to the payment process as it alerts the acceptor that an invoice is pending for acceptance and alerts the payment office that a completed action is ready to process for payment. Payment Office: The location of the Defense Finance and Accounting Service (DFAS) office shown in block 18a of the SF 1449 that will process your electronic invoices. The payment office also has a unique DoDAAC. (c) Options within WAWF include a “combo” for supply items, a 2-in-1 invoice for service contracts and a “stand-alone” invoice. It is recommended that the use of, stand-alone invoices be avoided. The matching of “stand-alone” invoices by DFAS offices requires invoices and receiving reports be separately or individually submitted by the vendor and the receiving activity and can routinely cause lengthy delays and possible rejection because they do not appear together and therefore must be individually matched and then verified. The use of the “combo” or “2-in-1” does not present this problem and avoids the attendant delays associated with matching. Detailed instructions on how to create an invoice, as well as other topical issues, can be found at the WAWF training website at http://www.wawftraining.com. (d) A key, important, and imperative step for vendors to take is to e-mail notification to the acceptor identified in the contract in block 15 by clicking on the “Send More E-Mail Notifications” link in WAWF upon submission of the electronic invoice instrument (combo or 2-in1). This step provides notice to the acceptor of your pending invoice Self registration for the use of WAWF can be accomplished at https://wawf.eb.mil/index.html. For assistance in registering contact: 1-866-618-5988 COMMERCIAL: 801-605-7095 CSCASSIG@CSD.DISA.MIL Helpful training on the use of WAWF for the submission of invoices is available on line at http://www.wawftraining.com.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/AFIST-ASA/MarchARBCA/216401586366/listing.html)
 
Place of Performance
Address: Defense Media Center, 23755 “Z” Street, Riverside, California, 92518, United States
Zip Code: 92518
 
Record
SN02277073-W 20100912/100911000446-f60f5fe868cb8a9e77793686bec6f8dc (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.