SOLICITATION NOTICE
T -- COPYRIGHT LICENSE TO PUBLICLY PERFORM CERTAIN LAWFULLY MANUFACTURED PRE-RECORDED HOME VIDEOCASSETTES AND DVDs FROM A VARIETY OF PRODUCERS AND STUDIOS - Statement of Work, Commercial Item Clauses, Reps and Certs
- Notice Date
- 1/13/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 512120
— Motion Picture and Video Distribution
- Contracting Office
- Social Security Administration, Office of Budget, Finance, and Management, Office of Acquisition and Grants, 1st Floor, Rear Entrance, 7111 Security Blvd., Baltimore, Maryland, 21244
- ZIP Code
- 21244
- Solicitation Number
- SSA-RFQ-10-1617
- Archive Date
- 2/22/2011
- Point of Contact
- JOYCE L. WERRELL, Phone: 4109659493, Syreeta Gay, Phone: 410-965-9510
- E-Mail Address
-
JOYCE.WERRELL@SSA.GOV, syreeta.gay@ssa.gov
(JOYCE.WERRELL@SSA.GOV, syreeta.gay@ssa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Commercial Item Clauses and Reps and Certs Statement of Work - Copyright License This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information attached to this notice. This announcement constitutes the only solicitation; quotations are being requested at this time. A written solicitation will not be issued. The Social Security Administration is seeking quotations for the purchase of a Copyright License to publicly perform certain lawfully manufactured pre-recorded home videocassetts and DVDs from a variety of producers and studios in accordance with the Statement of Work (SOW) in Attachment 1 of this notice. The North America Industry Classification System (NAICS) code for this acquisition is 512120, with a size standard of 29.5 mil. The period of performance will be for one Base and four option years: Base Year: 02/01/2010 to 01/31/2011 Option Year 1: 02/01/2011 to 01/31/2012 Option Year 2: 02/01/2012 to 01/31/2013 Option Year 3: 02/01/2013 to 01/31/2014 Option Year 4: 02/01/2014 to 01/31/2015 This acquisition is being conducted in accordance with the Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items, and FAR Part 13, Simplified Acquisition Procedures. The selected offeror must comply with the following commercial item terms and conditions as well as any addenda to these clauses. The FAR clauses and provisions that apply to this acquisition are FAR 52.212-1, Instructions to Offerors - Commercial Items, FAR 52.212-4, Contract Terms and Conditions - Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. In addition, offerors must submit a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with its proposal. Applicable terms and conditions, and representations and certifications are contained in Attachment 2 of this notice. The following clauses are included in full text: 52.217-8 Option to Extend Services (November 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 60 days. 52.217-09 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 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 five (5) years. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the requirements of this solicitation in terms of lowest price and delivery time. This requirement is set-aside 100% for small business. Only qualified sellers may submit quotes. Responses to this combined synopsis/solicitation are due no later than 3 p.m.EST, Friday, January 22, 2010. Offerors may send responses via email to Joyce.Werrell@ssa.gov. All questions regarding this RFQ must be submitted in writing to Joyce Werrell at the email address provided previously by January 15, 2010 at 1:00PM EST. NO PHONE CALLS WILL BE ACCEPTED. E-mail communications shall include company name, point of contact, e-mail address, phone and fax numbers. Offerors must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/SSA/DCFIAM/OAG/SSA-RFQ-10-1617/listing.html)
- Place of Performance
- Address: Social Security Administration, East Low Rise Bldg., 6401 Security Blvd, Baltimore, Maryland, 21235, United States
- Zip Code: 21235
- Zip Code: 21235
- Record
- SN02041352-W 20100115/100113234901-6149c8b6d67958e5bf941f664c15ebae (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 |