Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
MODIFICATION

R -- National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Program Strategic Communication Services - Amendment 1

Notice Date
12/22/2016
 
Notice Type
Modification/Amendment
 
NAICS
541820 — Public Relations Agencies
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Kansas City, Attn: CENWK-CT, 635 Federal Building 60l East 12th Street, Kansas City, Missouri, 64106-2896, United States
 
ZIP Code
64106-2896
 
Solicitation Number
W912DQ-17-T-7002
 
Archive Date
2/1/2017
 
Point of Contact
SFC Christina M. Kidwell,
 
E-Mail Address
christina.m.kidwell@usace.army.mil
(christina.m.kidwell@usace.army.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Amended Solicitation Combined Synopsis/Solicitation Blanket Purchase Agreement For National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Program Strategic Communication Services W912DQ-17-T-7002 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; price lists are being requested and a separate solicitation will not be issued. The Government reserves the right to cancel this combined synopsis/solicitation at any time. The U.S. Army Corps of Engineers, Kansas City District has a need for strategic communication services for the National Geospatial-Intelligence Agency (NGA) Next NGA West (N2W) Program located in St. Louis, Missouri. The Kansas City District intends to award multiple Blanket Purchase Agreements (BPAs) from this combined synopsis/solicitation to the offerors that provide the best value to the government. Best value will be determined by evaluating price and, as applicable, technical. Specifically, the government will review the contractor's price list/wage rates to determine whether it provides fair and reasonable pricing for the items submitted, and, as applicable, will review the technical information submitted to determine whether the materials offered satisfy the requirements identified in the scope of work. This solicitation shall be a Women-Owned Small Business Set-Aside; the associated North American Industry Classification System (NAICS) code is 541820, Public Relations Agencies and the business size standard is $15 million dollars. As needed, these services will be acquired by placing calls against a BPA. The Contractor is responsible for supplying and delivering all services listed under each BPA call to the Project Manager and Contracting Officer Representative. The total ordering shared capacity under each BPA shall not exceed $2,000,000 and no call issued under any of the BPAs shall exceed the call limit of $150,000. Each BPA shall be valid for a period of five (5) years or when the total dollar amount of all calls issued under the BPA reaches the agreement limit listed above, whichever comes first. The government will be obligated only to the extent of authorized purchases actually made under the BPA, not upon establishment of the BPA itself. Offerors submitting prices should refer to the Technical Exhibit 3 (estimated price rate data for key personnel) attachment for a list of labor categories needed to support the requirement. Prices are to be listed in the format provided in the Price Sheet. Prices should be listed per unit requested (e.g. hours, daily and weekly rate, etc.) and should NOT include any fees for delivery. Delivery locations and fees will be negotiated at the placement of each call. If an offeror does not wish to provide a price for one or more of the labor categories listed in the Price List, the offeror should write "Not Available" in place of the price for that particular labor category. Prices submitted shall remain good through 31 December 2017. Subsequently, prices will be updated annually and remain good for a period of one year. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, with its quote. This provision is included in this combined synopsis/solicitation. If the offeror has up-to-date representations and certifications in the System for Award Management (www.SAM.gov) website, then this completed provision is not required to be submitted with the offeror's quote. The required commercial item clauses will be included in the BPA and apply only to orders issued under the BPA. Prices are to be submitted to SFC Christina M. Kidwell at christina.m.kidwell@usace.army.mil by 2:00 PM Central Standard Time Tuesday, January 17, 2017. No facsimile submittals will be accepted. VENDORS INTERESTED IN RESPONDING TO THIS RFQ MUST SUBMIT THEIR RESPONSE WITH THE FOLLOWING ITEMS: -CAPABILITIES STATEMENT -PAST PERFORMANCE (5 YRS WORTH) TO INCLUDE PROJECT TYPE, NAME AND MAGNITUDE -RESUMES (maximum 1 page per employee) -PRICE LIST (TE3) The total package shall not exceed 15 pages in length. Any questions regarding this synopsis/solicitation must be submitted by e-mail to the point of contact above before 11 January 2017. If you have questions about Government procurements in general or need assistance in the preparation of your quote, a local Procurement Technical Assistance Center (PTAC) may be able to help. The Procurement Technical Assistance Program was authorized by Congress in 1985 in an effort to expand the number of businesses capable of participating in the Government marketplace. To locate a PTAC near you, go to http://www.aptac-us.org
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA41/W912DQ-17-T-7002/listing.html)
 
Place of Performance
Address: St. Louis, Missouri, 63118, United States
Zip Code: 63118
 
Record
SN04358625-W 20161224/161222234337-ab029d02d9295d7cde5959c276478582 (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.