Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2012 FBO #3736
SOLICITATION NOTICE

76 -- Congressional Quarterly - RFQ format

Notice Date
2/14/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical Publishers
 
Contracting Office
Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2610 Pink Flamingo Ave, MacDill AFB, Florida, 33621-5119, United States
 
ZIP Code
33621-5119
 
Solicitation Number
F2VULA2044A001
 
Archive Date
3/31/2012
 
Point of Contact
Joyce K. Wright, Phone: 813-828-4187
 
E-Mail Address
joyce.wright@us.af.mil
(joyce.wright@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Please complete the attached format This is a combined synopsis/solicitation for a commercial supply and/or service prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will NOT be issued. This is a Request For Quote (RFQ) and the solicitation number is F2VULA2044A001. This acquisition is unrestricted. The 6th Contracting Squadron, MacDill AFB, Florida, requires the following: CLIN 0001 (1 Yr) Congressional Monthly Please submit your quote No Later Than 16 March 2012, 7:30 a.m. EST via Email or via Fax (813) 828-5111. NAICS (North American Industry Classification System) code: 511120 Publishers, periodical, combined with printing, small business size 500 Employees CLIN Description Provider Qty. Unit Price per Month Total price 0001 Congressional/Legislative database and research service. Base years from March 20, 2012 through March 19, 2013,and four (4)option years. The subscription will include access to the services, sources, tools, and the following features: CQ Today News and CQ Schedules, CQ Weekly, CQ House Action Report and CQ Senate Watch, CRS REports, CQ Budget Tracker, CE Executive Briefing - Defense, CQ Member Profiles, Custom lists and email/blackberry alerts. CQ document manager, CQ Bill Track and Custom Bill Reports, Enhanced Government Documents: Bill Text, CQ Bill Compare, CRS Bill Digest Committee Reports (w/searchable charts) and Congressional Record, CQ Floor Votes and Custom Vote Reports, CQ Committee Coverage (Summaries, Committee Votes and Rosters) and Amendment Text (Committee and Floor Amendments), CQ Congressional and Newsmaker Transcripts and CQ Transcript/Wire, CQ Hot Docs, CQ Law Track, U.S. Code and Public Law Text, Knowlegis Federal (Government Edition)and BNN Frontrunner. 12 Months $ $ 1001 Option Year 1 20 March 2013 thru 19 March 2014 12 Months 2001 Option Year 2 20 March 2014 thru 19 March 2015 12 Months 3001 Option Year 3 20 March 2015 thru 19 March 2016 12 Months 4001 Option Year 4 20 March 2016 thru 19 March 2017 12 Months GRAND TOTAL $ $ Important notes: DESCRIPTION OF REQUIREMENT Please provide a BRAND NAME OR EQUAL quote. If an or equal quote is submitted, the proposal will be sent to the technical advisor for compatibility verification. The following salient characteristics are required: • Profiles and biographies for all members of Congress including voting records. • Daily Congressional news articles. • Congressional schedules including committee and subcommittee hearings and markups. • Complete hearing coverage including transcripts with ability for same day turn around. • Newsmaker transcripts (providing verbatim transcripts of press briefings, interviews, and speeches by prominent policy makers). • Complete news and analysis of all appropriations bills. • Legislative impact providing how pending legislation would affect existing law. • Key documents providing a searchable list of documents from the Congressional Research Service, Congressional Budget Office, Government Accounting Office, Office of Management and Budget, and other government agencies. • Bill analysis and tracking (compatible with mobile browsers) • Floor video (ability to watch House and Senate floor speeches) PROVISIONS/CLAUSES: The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55 effective 2 Feb 2012, DFAR DCN 20120130, and AFFAR AFAC 2012-0104. PROVISIONS/CLAUSES: The following Federal Acquisition Regulation (FAR), provisions and clauses apply to this solicitation and are incorporated by reference (provisions and clauses may be obtained via the internet: http://farsite.hill.af.mil, http://www.arnet.gov/far/, or http://safaq.hq.af.mil/contracting): FAR 52.204-7, Central Contractor Registration; FAR 52.211-6, Brand Name or Equal; FAR 52.212-4, Contract Terms and Conditions; FAR 52.247-34, F.O.B. Destination. The following FAR clauses apply to this solicitation and are incorporated in full text: FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (Offeror must submit a completed copy of this prevision with its proposal for the proposal to be considered. See https://orca.bpn.gov/ for online submittal); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items, within FAR 52.212-5, the following clauses apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.204-10, Reporting Executive Compension and First-Tier Subcontract Awards; FAR 52.219-28, Post Award Small Business Program Rerepresentation; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Veterans; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment By Electronic Funds Transfer-Central Contractor Registration; FAR 52.213-2, Invoices; FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.252-2, Clauses Incorporated by Reference. The following Defense Federal Acquisition Regulation Supplement (DFARS) clauses apply to this solicitation and are incorporated by reference: DFARS 252.204-7003, Control of government personnel work product; DFARS 252-204-7004 Alt A, Required Central Contractor Registration (52.204-7) Alternate A; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.243-7001, Pricing of contract modifications. The following DFARS clauses apply to this solicitation and are incorporated in full text: DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, within DFARS 252.212-7001, the following clauses apply: FAR 52.203-3, Gratuities; DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD officials; DFARS 252.225-7012, Perference for Certain Domestic Commodities; DFARS 252.225-7001, Buy American Act and Balance of Payment Program; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 252.243-7002, Requests for Equitable Adjustment; DFARS 252.247-7023, Notification of transportation of Supplies by Sea. BASIS FOR AWARD: Award will be made in accordance with the following clause: 52.212-2 -- Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) (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 shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement - offeror shall submit detailed specifications as to how they will meet all requirements listed in the attached statement of need - any company not submitting all information on how their training meets all requirements will be deemed non-responsive (ii) price - firm fixed price (iii) past performance - offeror shall submit at least 3 references. References will be checked for recency and relevancy. Work should have been accomplished within the last 5 years. Technical and past performance, when combined, are more important than price. (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). Also your quote must list your DUNS number, CAGE code, and Federal TIN with Company name, POC and phone number. If you need to obtain or renew a DUNS number or CAGE code, please visit www.ccr.gov. Lack of registration in the CCR database will make an offeror ineligible for award. DEADLINE: Offers are due on 16 March 2012 by 7:30 AM EST. Submit offers or any questions to the attention of Joyce Wright, 6CONS/LGCB, via fax 813-828-5111, or preferably by email to joyce.wright@us.af.mil. IMPORTANT! PLEASE FILL IN: IMPORTANT! PLEASE FILL IN: Cage Code: Duns Number: Taxpayer Identification Number (TIN): Discount For Prompt Payment: Delivery Time: CCR Registered? (Yes/No): Wide Area Work Flow Registered? (Yes/No): If so, please be aware that we cannot accept open market pricing from you at this time. ** For more information on how to become CCR Registered, and obtaining a CAGE code and DUNS number, please visit www.ccr2000.com. (END OF DOCUMENT)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/6CS/F2VULA2044A001/listing.html)
 
Place of Performance
Address: US SOCOM, 7701 Tampa Point, Tampa, Florida, 33621, United States
Zip Code: 33621
 
Record
SN02675141-W 20120216/120214235910-eb4e0069b79c1e3e050d48376cf5cc24 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.