Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 04, 2012 FBO #3724
SOLICITATION NOTICE

76 -- Electronic News Gathering Service

Notice Date
2/2/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519110 — News Syndicates
 
Contracting Office
DOI, National Business Center, AQDDivision 2/ Branch 2381 Elden StSuite 4000HerndonVA20170
 
ZIP Code
20170
 
Solicitation Number
D12PS50868
 
Response Due
2/13/2012
 
Archive Date
3/14/2012
 
Point of Contact
Ed McKee
 
E-Mail Address
POC: Ed McKee
(edward.mckee@aqd.nbc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Department of Defense (Joint IED Defeat Organization (JIEDDO)) has an immediate requirement for an electronic news-monitoring/newsgathering service. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. The solicitation number is D12PS50868, and the solicitation is issued as a request for quotation (RFQ). The NAICS code is 519110 and the small business size standard is $7.0 in millions. This solicitation is a small business set-aside. This solicitation will result in an award of a firm fixed-price purchase order for one year base plus three option years; the Government has the right to exercise or not exercise the options based on performance and availability of funds. Notification of any solicitation changes will be made by modification to this announcement. The National Business Center, Acquisition Services Directorate is issuing this combined synopsis/solicitation for the Department of Defense, Joint Improvised Explosive Device Defeat Organization (JIEDDO). JIEDDOs requirement is for a single vendor to provide an electronic news-monitoring/newsgathering service to assist with the Daily News Summary process. DESCRIPTIONS AND SPECIFICATIONS: Requirements are for daily monitoring of JIEDDO and IED-specific news happening in Afghanistan, Iraq and around the world. This is typically done by keyword searches. A monitoring/gathering service would push applicable news stories to JIEDDO once a day in the morning, preferably NLT 0730, for use in A Daily News Summary. DISCOUNTS: Vendor shall state on quote if any single item or quantity discounts are available. DELIVERY: Vendor shall make requirement available via WEB to JIEDDO, and its supporting offices. PRICE and PERIOD OF PREFORMANCE: The period of performance will be for a base period of 1 year with 3 option periods of 12 months each as show below: (The dates are subject to change based on the award date.) Contractors shall submit a firm fixed price for all line items, as follows: BASE YEAR: Year 2012 Performance Period: 02/15/2012 - 02/14/2013 Base: unit price of $_________ per annual subscription (12 months) OPTION YEAR ONE: Performance Period: 02/15/2013 - 02/14/2014 Option period 1: unit price of $_________ per annual subscription (12 months) OPTION YEAR TWO: Performance Period: 02/15/2014 - 02/14/2015 Option period 2: unit price of $_________ per annual subscription (12 months) OPTION YEAR THREE: Performance Period: 02/15/2015 - 02/14/2016 Option period 3: unit price of $_________ per annual subscription (12 months) TOTAL - ALL FOUR YEARS: $_____________ CLAUSES AND PROVISIONS: Clauses and provisions incorporated by reference in this solicitation can be accessed on-line in full text at the following websites: http://acquisition.gov/far/index.html or http://farsite.hill.af.mil/vffara.htm. The following provision and clauses apply to this solicitation; 52.212-1, Instructions to Offerors-Commercial; 52.212-2, Evaluation-Commercial Items. Quotes will be evaluated based on lowest price, technically acceptable. Technically acceptable means, submittal must meet the needs of the requirement as stated above. The government reserves the right to make award without discussions. The clauses at 52.212-4, Contract Terms and Conditions - Commercial Items. CENTRAL CONTRACTOR REGISTRATION: The clause at 52.204-07, Central Contractor Registration. All offerors must be registered in the Central Contractor Registration (CCR) database before award. The CCR website is http://www.ccr.gov. REPRESENTATIONS AND CERTIFICATIONS: The clause 52.212-3, Offeror Representations and Certifications, Commercial Items. Quoter must either submit a filled-in copy of the provision 52.212-3 Offeror Representations and Certifications - Commercial Items, with quote, or be electronically registered at the Online Representations and Certifications Application (ORCA) website. If registering on-line, quoter agrees to initiate registration at the ORCA website as soon as their registration at CCR is approved. The ORCA website address is http://orca.bpn.gov. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and includes the following clauses: 52.219-06 Notice of Total Small Business Set-Aside; 52.222-03 Convict Labor; 52.222-19 Child labor-Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities (applicable only if the clause at 52.222-26 is incorporated into contract award); 52.222-26 Equal Opportunity (applicable to contracts awarded in excess of $10,000); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (applicable to contracts awarded in excess of $25,000); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (applicable only if the clause at 52.222-35 is incorporated into contract award); 52.225-01 Buy American Act - Supplies; 52.225-03 Buy American Act - Free Trade Agreements-Israeli Trade Act (applicable to contracts awarded in excess of $25,000); 52.225-13 Restrictions on Certain Foreign Purchases; and 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration. Also incorporated into award is 52.217-08 Option to Extend Services. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days; 52.217-09 Option to Extend the Term of the Contract. (a) The Government may extend the term of this contract by written notice to the Contractor within 7 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension.(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 5 years; 52.217-5 Evaluation of Options; 52.232-18 Availability of Funds; 52.232-19 Availability of Funds for the Next Fiscal Year; 52.239-1 Privacy or Security Safeguards and 52-233-10. DFAR Clauses: 1452.201-70 Authorities and delegations; 252.209-7001 Disclosure of Ownership or Control by the Government of a Terrorist Country; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7010 Levies on Contract Payments and DIAPR 2010-14 Contractor Performance Assessment Reporting System (July 2010). ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS INTERNET PAYMENT PLATFORM (IPP): (Effective October 2011) Payment requests must be submitted electronically through the U. S. Department of the Treasury's Internet Payment Platform System (IPP). "Payment request" means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in the applicable Prompt Payment clause included in the contract, or the clause 52.212-4 Contract Terms and Conditions Commercial Items included in commercial item contracts. The IPP website address is: https://www.ipp.gov. Under this contract, the following documents are required to be submitted as an attachment to the IPP invoice The only required documentation is the invoice. The Contractor must use the IPP website to register, access and use IPP for submitting requests for payment. The Contractor Government Business Point of Contact (as listed in CCR) will receive enrollment instructions via email from the Federal Reserve Bank of Boston (FRBB) within 3 5 business days of the contract award date. Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email ippgroup@bos.frb.org or phone (866) 973-3131. If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment, the Contractor must submit a waiver request in writing to the contracting officer with its proposal or quotation. Any questions regarding this solicitation MUST be submitted in writing (fax or email) to the point of contact below. All quotes are due NLT Feb 13, 2012 @ 4:30pm EST. Submit quotations to Ed McKee, Contract Specialist, National Business Center, Acquisition Services Directorate, telephone: 703-964-4804, email: Edward.mckee@aqd.nbc.gov, fax: 703-964-8490. The government reserves the right to cancel this solicitation. NOTE: Due to e-mail server and pipeline limitations, please limit the size of each e-mail with attachments to 3 MB. If your email attachments are going to exceed the 3MB size limit you must submit multiple emails.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7dc7f98b9a1a8adf351f91ba05b30f79)
 
Record
SN02666757-W 20120204/120202235325-7dc7f98b9a1a8adf351f91ba05b30f79 (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.