Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2010 FBO #3219
SOLICITATION NOTICE

R -- Public Diplomacy Mobile PD Tool Kits - Statement of Work

Notice Date
9/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10R0379
 
Archive Date
10/7/2010
 
Point of Contact
Reginald E. Smith, Phone: 7038755893
 
E-Mail Address
SmithRE4@state.gov
(SmithRE4@state.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Public Diplomacy “Mobile PD Tool Kits” Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in https://www.acquisition.gov/far/current/html/Subpart%2012_6.html, and Subpart13.5 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. Solicitation number SAQMMA10R0379 is issued as a request for proposal (RFP). This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The NAICS code is 541990 and small business size standard is $7 Million. This procurement is a 100% total small business set aside. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the Central Contractor Registration (CCR) at http:www.ccr.gov and Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Period of Performance (POP) is for a Base Period of (12) months from the date of award with four (4) twelve month option periods. The U.S. Department of State, Under Secretary for Public Diplomacy and Public Affairs (R) leads America's public diplomacy outreach, which includes communications with international audiences, cultural programming, academic grants, educational exchanges, international visitor programs, and U.S. Government efforts to confront ideological support for terrorism. The Office of Policy, Planning and Resources for Public Diplomacy and Public Affairs (R/PPR) provides long-term strategic planning and performance measurement capability for public diplomacy and public affairs programs. R/PPR seeks to identify a small business concern to develop a self-contained unit that would allow anyone - worldwide - to conduct Public Diplomacy (PR) events in various regions and locations with very little support. See the attached Statement of Work (SOW) for Public Diplomacy Mobile PD Tool Kits. The U.S. Department of State intends to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the development and delivery of the Public Diplomacy Mobile PD Tool Kits.. The Government intends to award a single contract to the responsible small business offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate proposals: Volume I Technical Proposal: Corporate Experience and Capability, and Personnel Qualifications and Experience; and Volume II Cost/Price Proposal. The evaluation factors are listed in order of descending importance. Per FAR 52.212-2, the Government reserves the right to make award without discussions. The following FAR provisions and clauses are applicable to this solicitation by reference: 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2 Evaluation - Commercial Items; 52.212-3 Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, with the following FAR clauses and provisions being cited as applicable to this acquisition; 52.222-50 Combating Trafficking in Persons; 52.233-3 Protest after Award; 52.233-4 Applicable Law for Breach of Contract Claim; 52.219-6 Notice of Total Small Business Set-Aside; 52.222-3 Convict Labor; 52.222-19 Child Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of Vietnam Era, and Other Eligible Veterans; 52.223-33 Payment by Electronic Funds Transfer _ Central Contractor Registration; 52.204-2 Security Requirements; 52.204-6 Data Universal Numbering System (DUNS) Number; 52.217-8 Option to Extend Services; 52.217-9 Option to Extend the Term of the Contract. All Clauses and Provisions may be found in full text at the following website: https://www.acquisition.gov/far/. Proposal questions shall be submitted to Reginald Smith, Contract Specialist, by email only, at SmithRE4@state.gov no later than 12:00 PM EST on September 17, 2010. Submit proposals electronically to Reginald Smith, Contract Specialist, no later than 12:00PM EST on September 22, 2010. The point of contact for this solicitation is Reginald Smith, Contract Specialist, telephone number 703-875-5893, and the Contracting Officer is Deborah Koplen.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10R0379/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20547, United States
Zip Code: 20547
 
Record
SN02284029-W 20100917/100916001007-ec42be85d4d698db8b42186a3c0a9f66 (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.