Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2016 FBO #5353
SOLICITATION NOTICE

99 -- VIDEO CLIPPINGS - GAO-16-N-0027 Past Performance Questionnaire - SF 1449 GAO-16-N-0027

Notice Date
7/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
U.S. Government Accountability Office, Acquisition Sourcing Management, Acquisition Management, 441 G Street, NW, Washington, District of Columbia, 20548
 
ZIP Code
20548
 
Solicitation Number
GAO-16-N-0027
 
Archive Date
8/17/2016
 
Point of Contact
Adrienne R. Washington, Phone: 2025127460
 
E-Mail Address
washingtona@gao.gov
(washingtona@gao.gov)
 
Small Business Set-Aside
N/A
 
Description
GAO-16-N-0027 SF 1449 GAO-16-N-0027 Past Performance Questionnaire Title: VIDEO CLIPPINGS NAICS CODE - 519190 REFERENCE NUMBER - GAO-16-N-0027 Posted July 18, 2016 Close August 2, 2016 (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR A COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH FEDERAL ACQUISITION REGULATIONS (FAR) 12.6 and 13 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. PROPOSALS ARE BEING REQUESTED. (ii) Solicitation No. GAO-16-N-0027 is issued as a Request For Proposal (RFP) for a Firm-Fixed price contract. (iii) This solicitation document incorporates provisions and clauses that in effect via the Federal Acquisition Regulations up to FAC 2005-88, Effective: 15 June 2016. (iv) This is a full and open competition. The North American Industry Classification Systems (NAICS) code for this acquisition is 519190. (v) The GAO is seeking daily digital media support to gather GAO Clippings from all media categories (print, broadcast, web-based, etc.). This service will replace the current paper/PDF version of GAO Clippings. Please see the attached Statement of Work (SOW) for full details of this requirement. (vi) The Base Period of performance for this acquisition is as follows: Base Year: 9/21/2016 - 9/20/2017 Option Year One: 9/21/2017 - 9/20/2018 Option Year Two: 9/21/2018 - 9/20/2017 Option Year Three: 9/21/2019 - 9/20/2017 Option Year Four: 9/21/2020 - 9/20/2017 Note: Prior to the exercise of any option, the GAO will consider the availability of funding and U.S. Government Accountability needs. The successful Offeror(s) will be required to submit invoices electronically to GAO for the services provided each month provided during the preceding month. (vii) The Federal Acquisition Regulation (FAR) provision FAR 52.212-1 Instruction to Offerors-Commercial Items, applies to this solicitation. FAR provisions and clauses may be obtained from the Internet Web address at: http://acquisition.gov/far/index.html. Interested Offeror(s) who are capable of providing high quality of a daily digital version of the service should submit a proposal identifying capabilities as noted below. Offeror(s) shall certify provisions for the following: • Daily human review of product content each delivery day to ensure relevancy, accuracy, and compliance with GAO requirements prior to delivery. • Unlimited access to video content (no restrictions on number of viewings). • Delivery of product by 7:30 Eastern Standard Time (Monday through Friday, excluding federal holidays). Articles published during the weekend should be incorporated into the preceding Monday release. Articles published on a federal holiday should be incorporated into the release of the next business day. (viii) EVALUATION CRITERIA: FAR Part 52.212-2, Evaluation-Commercial Items, applies to this solicitation. The Government will award a Firm-Fixed-Price contract to the "Lowest Priced-Technically Acceptable (LPTA)" responsible vendor whose proposal conforms to all of the requirements as stated in the SOW. THE GOVERNMENT WILL USE THE FOLLOWING EVALUATION FACTORS TO EVALUATE PROPOSALS: • Price - Each Offeror must submit a separate "Price Proposal" showing a breakdown of its price for each period of performance (Base Period and four one-year options). Please see Attached SF 1449, page 3, PRICING SCHEDULE and complete it in its entirety. • Technical - Each Offeror must submit a separate "Technical Proposal" to include - o Sample Product - Offerors must provide a sample product that illustrates the weekday monitoring of GAO's media coverage for one weekday of their choosing between July 22, 2016 and July 29, 2016. The sample should be delivered in a format compatible with requirements as described in the "Requirements and Deliverable" section of the SOW. The sample must not be a screenshot, a mock-up, or a partial presentation of the product. The sample product must be representative of what would be provided as if it was a real day of monitoring GAO's activities. Vendor's sample product(s) must be emailed under separate cover to Adrienne R. Washington at washingtona@gao.gov and Cynthia Vass-Lassiter at VassLassiterC@gao.gov. The subject line should read "GAO-16-N-0027 - VIDEO CLIPPINGS". o Past Performance References - Each Offeror is required to provide three (3) references from previous customers for same or similar services to the requirement within the last three (3) years of the date of this Solicitation. Offerors shall also provide the names of three (3) customers/clients to include: (i) client's name, personal point of contact, address, email, and telephone number; (ii) contract dollar amount; (iii) contract type; and (iv) brief description of the work performed. The Offeror shall use the form uploaded to the FedBizOpps with this combined synopsis/solicitation titled "Attachment B - Past Performance References" to provide the information mentioned herein. Each Offeror's Past Performance will be rated as "acceptable" or "unacceptable". In the case of an Offeror without a record of relevant or recent past performance or for whom information not available, the Offeror will receive a rating of "neutral". GAO reserves the right to verify all references. References must be provided that have direct knowledge of the contractor's skills and experience. o Offerors must include in their Technical Proposal a narrative explaining how they will provide said services as identified in the SOW (ix) OFFERORS RESPONDING TO THIS SOLICITATION MUST SUBMIT THE FOLLOWING ITEMS: • Technical Proposal - Price information shall not be included/referenced in the Offeror(s) Technical Proposal. The Offeror shall structure its Technical Proposal to convey how the Offeror(s) experience satisfies the mandatory qualifications in a straightforward and concise manner. The Technical Proposal must address evaluation factors described herein under paragraph (viii). If applicable, Offeror(s) must state in their Technical Proposal any restrictions that will limit GAO's ability in the Areas mentioned above. • Price Proposal - The Price Proposal must contain a copy of Attachment SF 1449 titled "Schedule and Price". • Offerors shall include a completed copy of FAR provision FAR 52.212-3 titled "Offeror Representations and Certifications-Commercial Items" with its proposal. Offerors may either submit a paper copy of FAR Clause 52.212-3 or submit this information through the System of Award Management (SAM) www.sam.gov. Proposals must also include contractor's DUNS Number, prompt payment terms, and remittance address, if different from mailing address. THE CONTRACTOR MUST BE REGISTERED ONLINE IN THE SAM WEB SITE PRIOR TO CONTRACT AWARD. • The FAR clause 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition with addendum to the clause. The addendum is attached as Attachment A titled "Agreement". Any conflict between clause 52.212-4 titled Contract Terms and Conditions-Commercial Items and the Addendum shall be resolved by giving precedence to clause 52.212-4. • FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this solicitation by reference and proposed subsequent contract as well as the following clauses contained within FAR clause 52.212-5: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010); 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013); 52.219-8 Utilization of Small Business Concerns (Oct 2014); 52.219-28, Post Award Small Business Program Representation (Jul 2013); 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity(May 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Veterans (Jul 2014); 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014); 52.222-37 Employment Reports on Veterans (Jul 2014); 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011); 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) and 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (Jul 2013). Please note that these following clauses, 52.219-8; 52.219-28; 52.222-3; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-40; may not be applicable to a foreign Offeror. • Additional FAR provisions and clauses incorporated by reference and applicable to this solicitation include: o 52.237-3 Continuity of Services (Jan 1991). o 52.217-8 -- Option to Extend Services (Nov 1999) 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 10 days. (End of Clause) o 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 30 ; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 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 60 (months) 5 (years). (End of Clause) There are no other additional contract requirement(s) necessary for this acquisition other than those consistent with customary commercial practices. NOTE: The Government reserves the right to make award without discussions, but may conduct discussions if it deems it is in the Government's best interest. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. In the event that the Government conducts discussions from Offeror(s) who are determined to be in the competitive range, it is the intention of the Government to conduct discussion/negotiations either via telephone, email or at the GAO Headquarters in Washington, DC. Offerors are cautioned that failure to address each of the above factors may deem their proposal unacceptable. (x) No Defense Priorities and Allocation System (DPAS) rating assigned. (xi) Proposals shall be in writing and must be signed by an official authorized to bind the organization. Mailed or email proposals are acceptable. The mailing/email addresses are: U.S. Government Accountability Office 441 G Street NW Room 7116 - Cube 2 Washington, DC 20548 Adrienne R. Washington, Contract Specialist, email: washingtona@gao.gov AND Cynthia Vass-Lassiter, Contracting Officer, email: vasslassiterc@gao.gov (xii) Questions must be submitted in writing via email to Adrienne R. Washington washingtona@gao.gov and received before the deadline of 12:00 NOON EDT July 21, 2016. (xiii) The closing date and time for receipt of proposals is August 2, 2016 at 2:00 PM EST. Proposals received after this date and time shall be considered late. Any email correspondence, other than Sample Video Clippings, pertaining to this RFP must be state in the subject line GAO-16-N-0027". LATE PROPOSALS WILL NOT BE CONSIDERED OR ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/GAO/GAOAM/GAOAM1/GAO-16-N-0027/listing.html)
 
Place of Performance
Address: 441 G Street, NW Room 7N14U, Washington, DC 20548, Washington, District of Columbia, 20548, United States
Zip Code: 20548
 
Record
SN04186713-W 20160720/160718235003-d86e5afaad36731aaa8b99afa60d358b (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.