Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
SOLICITATION NOTICE

76 -- NEWSPAPER SUBSCRIPTION AND DELIVERY - SF 1449

Notice Date
12/13/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
DJF180600PR0000221
 
Archive Date
1/18/2018
 
Point of Contact
Garland Crosby, Phone: 202-324-9013
 
E-Mail Address
garland.crosby@ic.fbi.gov
(garland.crosby@ic.fbi.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
SF 1449 CONTINUATION SHEET FOR PRICING (MANDATORY) SF-1449 (MANDATORY) This is a combined synopsis and solicitation for commercial items/services prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6. This synopsis and solicitation is being issued as Request For Quotation number DJF180600PR0000221 and the provisions and clauses incorporated are those in effect through Federal Acquisition Circular (FAC) 2005-96 dated November 6th 2017. Please note that this is a 100% set-aside for Small Businesses. The Federal Bureau of Investigation (FBI) has a Firm-Fixed Price requirement for multiple newspaper and magazine subscriptions and delivery services to three locations within the Washington DC zip codes 20535 and 20001. The exact address and FBI contact information will be given only to the awardee at the conclusion of the solicitation phase. The awardee shall be forbidden to share these addresses with anyone without an FBI approved need to know. The newspapers and magazines include but may not be limited to: The Economist; Financial Times; New York Daily News; New York Post; New York Times; Time Magazine; USA Today; Wall Street Journal; Wall Street Journal Online; Washington Post and Washington Times. The FBI will require from 0 to 30 (zero to thirty) individual subscriptions of any of these newspapers or magazines. The following requirements apply to the delivery and administration of these subscriptions: 1) newspapers and magazines must be sorted, bundled and labeled in accordance with instructions provided by the Government at the time of award; 2) Daily deliveries must occur by 6:00AM. 3) Deliveries for Federal holidays will occur on the next regular business day. 4) Missed, defective or mutilated newspapers or magazines will be reported and replacement expected (preferably the same day or the next business day). Contractor must establish and maintain a designated point-of-contact for delivery and administration information Terms and Conditions: Economic Price Adjustments - the Government will make adjustments in the FFP of these subscriptions due to substantiated publisher increases experienced by the distributor. It will be the responsibility of the distributor of providing notification within ten (10) business days after receiving notification from publishing companies so that the Government can properly obtain funding to satisfy the increase. Should funds not be available, subscription(s) will be canceled at the end of the fully paid period or when the funding currently available is exhausted. This announcement has two attachments: (1) An SF-1449 (2) A pricing sheet This solicitation incorporates the FAR clauses 52.212-1 (Instructions to Offerors-Commercial Items (Jan 2017); 52.212-3 (Offeror Representations and Certifications-Commercial Items (Nov 2017); 52.212-4 (Contract Terms and Conditions-Commercial Items (Jan 2017); 52.212-5 (Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017); 52.217-8 (Option to Extend the Services (Nov 1999); 52.217-9 (Option to Extend the Term of the Contract (Mar 2000) All responsible and eligible Small Business sources may submit a quotation which, if timely received shall be considered by the agency. Offerors will be evaluated in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Oct 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors, in descending order of importance, shall be used to evaluate offers: (1) Availability of subscriptions listed in the solicitation (2) Lowest price for subscription and delivery service (3) Ability to deliver to both zip codes by 6:00AM Eastern Time, Monday through Friday (Not including federal holidays) (4) Past Performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. Offerors are required to use the accompanying Standard Form 1449 - Solicitation/Contract/Order for Commercial Items. (http://www.gsa.gov/forms) and the pricing sheet which shall include the subscription cost and delivery cost for each newspaper or magazine and any miscellaneous fees or expenses. All quotations shall include past performance information which consists of contact information (ie. name, address, phone numbers and services description) for three professional references that confirm contractor capabilities on services performed within the last three years. The period of performance for the resulting contact shall be one base year from the date of award, with the option of four one-year option periods thereafter. Note: All contractors must be registered in the System for Award Management (SAM) prior to receiving an award; see web-site https://www.sam.gov/portal/SAM/# for details on the SAM. THE SCHEDULE FOR THIS PROCESS WILL BE: QUESTIONS DUE: must be received via E-Mail to garland.crosby@ic.fbi.gov by December 19th 2017 by 4:00 PM EST; ANSWERS TO QUESTIONS will be posted as an amendment to this notice by close of business December 22nd, 2017; QUOTATIONS WILL BE DUE by January 3rd 2018 no later than 4:00 PM EST via E-Mail to garland.crosby@ic.fbi.gov. ALL ELECTRONIC COMMUNICATIONS must have RFQ number "DJF180600PR0000221" in the title of the Email(s). Quotations not received via Email by the specified date and time will be considered late/non-responsive in accordance with the FAR. The point of contact for all information is Garland L. Crosby Jr., (202) 324-9013. The Government anticipates award to be made within two (2) weeks after closing, with a commencement of services within ten business days after award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/DJF180600PR0000221/listing.html)
 
Place of Performance
Address: MULTIPLE ADDRESS IN ZIPCODES 20535 AND 20001, WASHINGTON, District of Columbia, 20535, United States
Zip Code: 20535
 
Record
SN04765537-W 20171215/171213231101-f767a847646fdd427926b0347e91f66b (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.