Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

76 -- Subscription for Stock Images

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
National Science Foundation, Procurement Section, Division of Administrative Services, DAS, 4201 Wilson Boulevard, Room 295, Arlington, Virginia, 22230
 
ZIP Code
22230
 
Solicitation Number
DAS17Q0021
 
Archive Date
7/20/2017
 
Point of Contact
Van Nixon, Phone: 7032927333, Robert Mann-Thompson, Phone: 7032925028
 
E-Mail Address
VANIXON@associates.nsf.gov, robmannt@nsf.gov
(VANIXON@associates.nsf.gov, robmannt@nsf.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR PART 13 REQUEST FOR QUOTATION: Subscription for Stock Image DAS17Q0021 1. This is a 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; quotations are being requested and a written solicitation will not be issued. 2. This acquisition is a Full and Open Competition. The NAICS code is 519190 ( Stock Photo Agencies) with a small business size standard of 1000 employees. This RFQ is being issued under FAR Part 13-Simplified Acquisition Procedures. The National Science Foundation (NSF) in tends to enter in to a Purchase Order for a one year base period and four one year option periods. Contract Type: Firm-fixed Price. 3 Delivery Terms: FOB Destination. 4. Requirement: The goal is to purchase a group subscription from one of the industry’s vendors selling licensed stock images. The online subscription will increase workflow by allowing the team to have on demand access to a library of millions of stock images. 1. Functional Requirements A robust library (not less than 130 million) of royalty-free photos, vector images and illustrations available through a group subscription where a creative team of four can simultaneously browse, search, select and download. Below is a list of required features: § Group subscription plan with access to 1000 downloads per month § High quality royalty-free images— including conceptual, artistic and editorial images — with the standard license and extended license § High resolution image files for print and large-format designs (poster, banner, display, environmental wall design) with no time limit to use images § Easy-to-navigate interface with easy-to-use and intuitive keyword search function that provides refined image results § Advanced filtering and reverse image search options § Ability to search for popular, new and most relevant images by image type, orientation, category, color, and editorial or non-editorial § Ability to search for images with people by ethnicity, age, gender, and number of people § Ability to search for similar images and same artist § Ability to download a JPEG file format of a vector image § Ability to re-download an image without being charged or counted as a new download § Ability to create, save and organize image lightboxes or libraries § History of downloads is recorded and archived § Available live chat, email and phone support § App version of the website is available for searching and downloading images on the go 5. Instructions to Offerors 52.212-1, Instructions to Offerors—Commercial, applies to this acquisition and addenda is as follows: (a) Vendors shall submit quotes via email to Van Nixon (CTR) vanixon@nsf.gov and Robert A. Mann-Thompson robmannt@nsf.gov. Quotes submitted by other means may not be accepted. (b) Quotes shall include the solicitation number and Dun and Bradstreet Number (DUNS) on all submissions. It is each Vendor’s responsibility to ensure the quote is received (in total) no later than the date of award, and the government anticipates award to be NLT 05 July 2017, but if award is not made by then quotes may be received until award is made. (c) All questions regarding this RFQ are due no later than 12:00 PM ET, 28 JUN 2017. All questions or requests for clarifications shall be submitted via email to vanixon@nsf.gov and robmannt@nsf.gov. (d) Quotes shall be limited to 15 pages, excluding pricing documentation. (e) Vendors are advised to ask questions instead of making assumptions. Vendors are hereby advised that any Vendor assumptions which deviate from the Government’s solicitation may render the Vendor’s quote nonresponsive, and thus ineligible for award. (f) Vendors shall complete the following pricing schedule, or submit similar information that can be evaluated using this schedule.. Contract Line Items: Stock Images Base Year, 7/05/2017 – 7/04/2018 CLIN Description Unit QTY Price 0001 Subscription for 1000 Stock Images monthly for NLT For (4) Users IAW the Functional Requirements YR 1 Stock Images Option Year One, 7/05/2018 – 7/04/2019 CLIN Description Unit QTY Price 1001 Subscription for 1000 Stock Images monthly for NLT For (4) Users IAW the Functional Requirements YR 1 Stock Images Option Year Two, 7/05/2019 – 7/04/2020 CLIN Description Unit QTY Price 2001 Subscription for 1000 Stock Images monthly for NLT For (4) Users IAW the Functional Requirements YR 1 Stock Images Option Year Three, 7/05/2020 – 7/04/2021 CLIN Description Unit QTY Price 3001 Subscription for 1000 Stock Images monthly for NLT For (4) Users IAW the Functional Requirements YR 1 Stock Images Option Year Four, 7/05/2021– 7/04/2022 CLIN Description Unit QTY Price 4001 Subscription for 1000 Stock Images monthly for NLT For (4) Users IAW the Functional Requirements YR 1 Total Price: $______________________ Vendors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications—Commercial Items, with its quote, as applicable. 7. FAR 13.106-2 Evaluation of Offers The Government intends to award a purchase order resulting from this combined synopsis solicitation to the lowest priced vendor. Price: The Government will evaluate price for reasonableness in accordance with FAR 13.106-3(a). 8. FAR Provisions and Clauses 52.212-3 Offeror Representations and Certifications -- Commercial Items MAY 2015 52.212-4 CONTRACT TERMS AND CONDITIONS—COMMERCIAL ITEMS MAY 2015 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (JUN 2016) applies to this acquisition and the additional FAR clauses cited in the clause are applicable to the acquisition: 52.222-3, 52.222-26, 52.232-33. NSF Clauses: NSF 020 - AUTHORITY OF GOVERNMENT PERSONNEL (APR 2013) Prescription for inclusion: Include this clause in solicitations and contracts/orders involving CORs. This clause includes fill-in for name of COR and contact information. Contracting Officer The Contracting Officer (CO) is the only person authorized to approve changes in any of the requirements under this contract. Notwithstanding any clause contained elsewhere in this contract, the said authority remains solely with the CO. In the event the Contractor effects any change at the direction of any person other than the CO, including any change beyond the scope of authority given to the duly authorized Contracting Officer's Representative identified in the contract, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. The CO has the authority to perform any and all post-award functions in administering and enforcing this contract in accordance with its terms and conditions. Contracting Officer’s Representative The Contracting Officer’s Representative (COR), Bridgette White, is responsible for administering the performance of work under this contract. IN NO EVENT, however, will any understanding, agreement, modification, change order, or other matter deviating from the terms of this contract be effective or binding upon the Government unless formalized by proper contractual documents executed by the CO prior to completion of the contract. The COR may give technical direction to the Contractor that fills in details, requires pursuit of certain lines of inquiry, or otherwise serves to facilitate the Contractor's compliance with the contract. To be valid, technical direction by the COR must be consistent with the general scope of work set forth in this contract; may not constitute new assignment of work nor change be expressed terms, conditions or specifications of this contract; and shall not constitute a basis for any increase in the contract estimated cost, or extension to the contract delivery schedule. (End of clause) NSF110 ELECTRONIC INVOICING AND PAYMENT REQUIREMENTS – INVOICE PROCESSING PLATFORM (IPP) (July 2017) Payment requests by the Contractor shall be submitted for reimbursement in the manner and format described herein. "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 FAR 32.905(b), “Content of Invoices”, and all applicable payment clauses and provisions included in this contract. Invoices must be submitted electronically through the U.S. Department of the Treasury’s Invoice Processing Platform System (IPP). The IPP website address is: https://www.ipp.gov. If you have multiple contracts with NSF, you cannot reuse the same invoice number when invoicing under different contracts. Each invoice number from your organization must be different. If you are not already enrolled in IPP, the person listed as your Government POC in the System for Award Management (SAM) will receive an e-mail from IPPCustomerSupport@fiscal.treasury.gov with instructions on how to enroll. Contractor assistance with enrollment can be obtained by contacting the IPP Customer Support Helpdesk via e-mail: IPPCustomerSupport@fiscal.treasury.gov or by phone: (866) 973-3131. Final Invoice : Upon completion of the required work, the Contractor shall submit a completion invoice, if applicable, via IPP and ensure that “YES” is selected in the “FINAL INVOICE” field. This completion invoice must be submitted as promptly as possible upon completion of the work. If any contract deliverables are rejected for failure to conform to the technical requirements of the contract or are otherwise unacceptable, the provisions of the paragraph immediately preceding will apply only to delivery of the acceptable contract deliverables, unless otherwise determined by the Contracting Officer. All payments for proper invoices will be made via Electronic Fund Transfer (EFT). Contractors that are small businesses under the appropriate NAICS code for this contract are permitted to request accelerated payments in accordance with the OMB Memorandum, Accelerating Payments to Small Businesses for Goods and Services, dated September 14, 2011. Requests for accelerated payments shall be made by typing “Small Business Invoice” in the Comments field of your IPP invoice screen. Per the OMB Memorandum, Accelerating Payments to Small Businesses for Goods and Services, dated September 14, 2011, the accomplishment of accelerated payments to small businesses is a goal and not a guarantee. If the Contractor is unable to comply with the requirement to use IPP for submission of invoices, the Contractor must submit a waiver request in writing to the Contracting Officer with its proposal or quotation. The Contractor may submit payment requests using other than IPP only when the Contracting Officer expressly authorizes alternate procedures in writing. (END OF CLAUSE) NSF 170 – SECTION 508 COMPLIANCE (AUG 2013) The Contractor must provide a comprehensive list of all offered specific electronic and information technology (EIT) products (supplies and services) that fully comply with Section 508 of the Rehabilitation Act of 1973, per the 1998 Amendments, and the Architectural and Transportation Barriers Compliance Boards Electronic and Information Technology Accessibility Standards at 36 CFR Part 1194. The Contractor must clearly indicate where this list with full details of compliance can be found (e.g., vendors or other exact web page location). The contractor must ensure that the list is easily accessible by typical users beginning five calendar days after award. The contractor must maintain this detailed listing of compliant products for the full contract term, including all forms of extensions, and must ensure that it is current within three calendar days of changes to his product line. The offeror must ensure that all EIT products that are less than fully compliant are offered pursuant to extensive market research, which ensures that they are the most compliant products and services available to satisfy this solicitation’s requirements. For every EIT product accepted under this contract by the Government that does not comply with 36 CFR Part 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either the planned refresh cycle of the product or service, or on the contract renewal date, whichever shall occur first. (End of clause) NSF310 NOTICE OF REGISTERING IN FASTLANE (MAY 2015) The prospective awardee shall, upon notification from the Contracting Officer, register in the NSF FastLane system prior to award. Instructions on how to register in FastLane are located at http://www.nsf.gov/bfa/dcca/contracts/FastLaneHelp_Register_an_Organization.pdf. The prospective awardee shall follow the instructions and inform the Contracting Officer when registration has been completed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DAS/DAS/DAS17Q0021/listing.html)
 
Place of Performance
Address: 4201 Wilson Blvd, Arlington, VA 22230, Arlington, Virginia, 22230, United States
Zip Code: 22230
 
Record
SN04558614-W 20170629/170627234743-ff42b621ed9a58cc30269a7e4d273a2f (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.