MODIFICATION
R -- Broadcast Media Monitoring Services
- Notice Date
- 2/17/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541820
— Public Relations Agencies
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Response Branch, 500 C Street SW, Patriots Plaza -- 5th Floor, Washington, District of Columbia, 20472, United States
- ZIP Code
- 20472
- Solicitation Number
- W497448Y
- Archive Date
- 3/10/2012
- Point of Contact
- Bianca Meira-Penna, , Marcelle Loveday,
- E-Mail Address
-
Bianca.Meira-Penna@dhs.gov, marcelle.loveday@fema.dhs.gov
(Bianca.Meira-Penna@dhs.gov, marcelle.loveday@fema.dhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- *Amendment 1 Changes: 1) Closing date changed from Thursday 02/23/2012 at 12:00pm EST, to Friday 02/24/2012 at 12:00pm EST. 2) Further specification regarding proposal submission: Proposals shall be submitted by e-mail to: Bianca Meira-Penna Bianca.Meira-Penna@fema.dhs.gov. This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Part 13, 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This procurement is being issued as a 100% Small Business Set-Aside; the NAICS code is 541820 and the size standard is not to exceed 7 Million. All responsible sources under the specified set-aside may submit a quotation which shall be considered by the agency. The closing date for this solicitation is Friday, February 24, 2012 at 12:00pm EST. *Amendment 1 change: Closing date changed from Thursday 02/23/2012 at 12:00pm EST, to Friday 02/24/2012 at 12:00pm EST. The due date for questions for this solicitation is Friday, February 17, 2012 at 12:00pm EST. Contract Type: A Single Indefinite Delivery/Indefinite Quantity Contract will be awarded from this single solicitation. The Contract will be inclusive of a Base and 3-one year option periods. The anticipated Base Period of Performance to begin upon award and dates of services will be specified in individual Task Orders. Description services to be acquired: Broadcast Media Monitoring Services, See Attachment A: Statement of Work. Instructions to Offerors: Offeror is to provide separate documents, one with the technical capability and past performance (limit to two pages), and one with the price information as specified in attachment B. Proposals shall be submitted by e-mail to Bianca Meira-Penna ( Bianca.Meira-Penna@fema.dhs.gov ) by the specified closing date and time. *Amendment 1 change. Evaluation Procedures: 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 are considered. The following factors shall be used to evaluate offers: •1. Technical Capability: Each offeror shall be evaluated on the extent to which its proposal fulfills the requirements specified in the Statement of Work (Attachment A) •2. Price: Price will be evaluated using price analysis to determine the extent to which it is reasonable, realistic, and consistent with the proposal. •3. Past Performance: In performing this evaluation, the Government will consider the Offeror's past performance obtained from sources to include, but not limited to, information available in the Past Performance Information Retrieval System (PPIRS) if reports exist for the offeror ( http://www.ppirs.gov/ ). 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). 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 shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. FAR 52.209-7 INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.209-9 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY MATTERS (JAN 2011) FAR 52.216-18 ORDERING (OCT 1995) FAR 52.216-19 ORDER LIMITATIONS (OCT 1995) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) FAR 52.233-2 SERVICE OF PROTEST (SEP 2006) HSAR 3052.242-72 CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE (DEC 2003) FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) NARA RECORDS MANAGEMENT LANGUAGE FOR CONTRACTS FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) FAR 52.243-1 Changes-Fixed-Price The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. For information regarding this solicitation, please contact by email Bianca Meira-Penna at the email address or fax number listed below: Bianca.Meira-Penna@fema.dhs.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/POS/W497448Y/listing.html)
- Place of Performance
- Address: FEMA HQ, 500 C St. S.W., Washington, District of Columbia, 20472, United States
- Zip Code: 20472
- Zip Code: 20472
- Record
- SN02678454-W 20120219/120217234849-f78a4a71a2ab64921b2a5319bc39415c (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 |