MODIFICATION
D -- Full Service Daily News Summaries and Media Monitoring Support - Attachment 2 - Answers to Questions
- Notice Date
- 3/12/2012
- Notice Type
- Modification/Amendment
- NAICS
- 519190
— All Other Information Services
- Contracting Office
- National Transportation Safety Board, National Transportation Safety Board, Acquisition Division, 490 L'Enfant Plaza East, SW, Washington, District of Columbia, 20594, United States
- ZIP Code
- 20594
- Solicitation Number
- NTSBR120004
- Archive Date
- 4/7/2012
- Point of Contact
- BRYAN J. MOY, Phone: 202-314-6282
- E-Mail Address
-
bryan.moy@ntsb.gov
(bryan.moy@ntsb.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 2 - Answers to Questions Amendment 0001 The purpose of this amendment 0001 is to combined synopsis/solicitation NTSB-R-12-0004 is to: (1) incorporate by reference FAR clauses 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, and 52.227-17, Rights in Data - Special Works, (2) incorporate by full text NTSB Clause NTSB-002, Organizational Conflict of Interest, (3) remove FAR clauses 52.219-6, Notice of Total Small Business Set-Aside, 52.219-13, Notice of Set-Aside of Orders, 52.219-14, Limitations on Subcontracting, and (3) provide answers to questions. Attachment 2, Answers to Questions, is hereby attached hereto and incorporated herein. The proposal due date remains unchanged. Proposals are due no later than 4:30 p.m. EST on March 23, 2012. Combined Synopsis/Solicitation This is a combined synopsis/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; proposals are being requested and a written solicitation will not be issued. The solicitation number for this requirement is NTSB-R-12-0004. This solicitation is issued as a Request for Proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-55. This requirement is issued as a full and open competitive procurement. The associated NAICS code is 519190, All Other Information Services, with a small business size standard of $7M. Background The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- highway, marine, railroad, and pipeline -- and issuing safety recommendations aimed at preventing future accidents. Due to the high profile nature of the NTSB mission and work, NTSB relates stories that remain prominently featured by media outlets. The Board Members, senior NTSB officials and modal office personnel must be kept abreast of news coverage relating directly or indirectly to the mission, operations, investigations and advocacy work of the agency. To meet this need, NTSB Office of Communications (OC), Public Affairs Division (OC-10) is seeking a contract to provide full service daily news summaries and media monitoring support. Description of Requirement The NTSB has a requirement for the purchase of: Line Item Number 0001: Quantity: 12 Months, Full Service Daily News Summaries and Media Monitoring Support. Period of Performance: BASE YEAR. Line Item Number 0002: Quantity: 12 Months, Full Service Daily News Summaries and Media Monitoring Support. Period of Performance: OPTION YEAR 1. Line Item Number 0003: Quantity 12 Months, Full Service Daily News Summaries and Media Monitoring Support. Period of Performance: OPTION YEAR 2. Line Item Number 0004: Quantity 12 Months, Full Service Daily News Summaries and Media Monitoring Support. Period of Performance: OPTION YEAR 3. Line Item Number 0005: Quantity 12 Months, Full Service Daily News Summaries and Media Monitoring Support. Period of Performance: OPTION YEAR 4. Review Attachment 1 which is attached hereto and incorporated herein for a detailed description of the requirement. Basis for Award The Government may award one (1) firm-fixed price contract to the responsible Contractor whose proposal that conforms to the combined synopsis/solicitation will be most advantageous to the Government, price and other non-price factors considered, such that it provides the best value to the Government. See Attachment 1 for additional information. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the NTSB. Clauses and Provisions The provision at Federal Acquisition Regulation (FAR) 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerors are advised to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this combined synopsis/solicitation by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78). (4) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). (5) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). (7) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2012) (41 U.S.C. 2313). (8) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (10) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). (11) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (12) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (13) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (14) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (15) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (16) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). (17) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (18) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (19) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (20) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513). (21) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (22) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). (23) 52.227-17, Rights in Data - Special Works (Dec 2007) (24) 52.217-8, Option to Extend Services (Nov 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 30 days. (25) 52.217-9, 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 30 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60days 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 60 months. (26) NTSB-002 Organizational Conflict of Interest (Dec 2006) (a) The ordering Contracting Officer Technical Representative (COTR), or Contracting Officer are neither aware of any organizational conflicts of interest that may exist with respect to the company accepting work as a result of this Contract, nor is the Contracting Officer aware of any organizational conflicts of interest that may exist with respect to any employees of the company performing the services described in the contract. Pursuant to FAR Subpart 9.504 "Contracting Officer Responsibilities" paragraph (e), the Contracting Officer cannot make an award to any company for whom a conflict of interest is determined to exist which cannot be avoided or mitigated. (b) The Contractor warrants that, to the best of the contractor's knowledge and belief, there are no relevant facts or circumstances, which could give rise to an Organizational Conflict of Interest (OCI). (c) The Contractor agrees that if an actual, apparent or potential OCI is discovered after award, the Contractor will make a full disclosure in writing to the Contracting Officer. This disclosure shall include a description of actions that the Contractor has taken or proposes to take, after consultation with the contracting Officer, to avoid, mitigate, or neutralize the actual, apparent or potential conflict. (d) Remedies - If the Government discovers an actual or potential conflict after award, it may terminate this contract (and any task orders issued hereunder) for convenience, in whole or in part. If the government deems such termination necessary to avoid an OCI prior to award, no award will be made. If the Contractor did not disclose relevant information or misrepresented relevant information to the Contracting Officer, the government may terminate the contract for default, debar the contractor from Government contracting, or pursue such other remedies as may be permitted by law or this contract. Submission of Proposals Your proposal must be received no later than 4:30 p.m., Eastern Standard Time (EST), on March 23, 2012. LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with FAR provision 52.212-1. Offers may be transmitted via email to: Bryan J. Moy Email: Bryan.Moy@ntsb.gov The maximum size of an email, including attachments, which the NTSB email server can accept is 5 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 5MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date. Questions Regarding the Combined Synopsis/Solicitation All questions regarding this combined synopsis/solicitation shall be directed to Bryan J. Moy via email at bryan.moy@ntsb.gov. ALL QUESTIONS MUST BE RECEIVED BY 4:30 p.m. EST on March 9, 2012. Bryan J. Moy Contracting Officer National Transportation Safety Board Phone: (202) 314-6282 Email: bryan.moy@ntsb.gov Electronic Dissemination of Combined Synopsis/Solicitation Access to this combined synopsis/solicitation and amendments shall be posted on the Federal Business Opportunities website: www.fbo.gov. Amendments to the combined synopsis/solicitation shall be publicized in the same manner as the initial synopsis/solicitation. All Contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NTSB/CMS/WashingtonDC/NTSBR120004/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02694251-W 20120314/120312234607-c226fdd93de19e1f5c7da722d5c2843c (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 |