SOLICITATION NOTICE
D -- RFQ - Targeted Faculty E-Mails - SF 1449
- Notice Date
- 8/21/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541890
— Other Services Related to Advertising
- Contracting Office
- Peace Corps, Office Of Acquisitions And Contract Management, OACM, 1111 20th Street, N.W., Room 4416, Washington, District of Columbia, 20536
- ZIP Code
- 20536
- Solicitation Number
- PC-12-Q-017
- Archive Date
- 9/11/2012
- Point of Contact
- Kathleen E Reidy, Phone: 2026922627
- E-Mail Address
-
kreidy@peacecorps.gov
(kreidy@peacecorps.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Instructions to offerors, provisions, and clauses Statement of Work (SOW) dated August 2012 SF 1449 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 document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-60. The Peace Corps mission is to promote world peace and friendship through service to others. Peace Corps Volunteers live and work within the community they serve abroad, learning the local language, and contributing skills. This technical assistance is one of three goals of the Peace Corps. The other two goals revolve around cross-cultural understanding gained as the people of other countries acquire a better understanding of America and as the Volunteers return home to share their cultural experiences with fellow Americans. The US Peace Corps ha s a requirement for the purchase of the following item in the quantities described and listed below: CLIN 001 Target Faculty Email Ads per Statement of Work (SOW) dated August 2012. 1 Each (EA). Delivery within 30 days of contract award. This RFQ is a 100% small business set aside. The associated North American Industry Classification System (NAICS) code is 541890. The size standard for NAICS code 541890 is $7,000,000. The FAR clauses contained herein apply to the solicitation. Only the FAR clauses matching the awardee's Small Business Program and Type of representation applies to this award. Prospective contractors shall complete electronic annual representations and certifications at www.SAM.gov in conjunction with required registration in the System Acquisitions Management (SAM) database The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - selected Offeror must submit a completed copy of the listed representations and certifications; 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, and the following additional FAR clauses as cited in the clause at paragraph (b) are applicable to this acquisition: (11) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (23) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (26) 52.222-3, Convict Labor (Jun 2003) (27) 52.222-19, Child Labor -Cooperation with Authorities and Remedies (Mar 2012) (28) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) (29) 52.222-26, Equal Opportunity (Mar 2007) (31) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (38) 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (47) 52.232.33, Payments by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) The quote must be good for 30 Calendar days after close of RFQ. Award will be based on Lowest Technically Acceptable Price. Attachments: (1) Standard Form (SF) 1449 (2) Statement of Work (SOW) dated August 2012 (3) Instructions to Offerors/Evaluation Factors for Award/Provisions and Clauses Responses are due on or before August 27, 2012 2 PM Eastern Time via email attachment. Questions shall be submitted in writing on or before August 23, 2012 2 PM EST. Submissions shall be directed to Kathleen Reidy, Procurement Analyst, via windows compatible format to kreidy@peacecorps.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/PC/OPBF/OC/PC-12-Q-017/listing.html)
- Place of Performance
- Address: 55 W Monroe Street #450, Chicago, Illinois, 60603, United States
- Zip Code: 60603
- Zip Code: 60603
- Record
- SN02849461-W 20120823/120822001415-1b5463c5f768155212a32d0283de413c (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 |