SOLICITATION NOTICE
D -- Legislative Tracking Services - Synopsis - Solicitation - RFP
- Notice Date
- 9/24/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Navy, Military Sealift Command, MSC HQ - Washington, 914 Charles Morris Court, SE, Washington Navy Yard, Washington, District of Columbia, 20398-5540
- ZIP Code
- 20398-5540
- Solicitation Number
- N00033-12-T-9058
- Archive Date
- 10/10/2012
- Point of Contact
- John S Fiddelke, Phone: 202-685-0345
- E-Mail Address
-
john.fiddelke@navy.mil
(john.fiddelke@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Proposal. Includes Statement of Work and Instructions to Offerors. Synopsis information provided in accordance with FAR 5.207 and FAR 12.603. i. 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. ii. This solicitation, number N00033-12-T-9058, is issued as a Request for Proposals (RFP). iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-61, 13 September 2012. iv. No set-aside is made. This solicitation is subject to full and open competition. The NAICS code is 519130. Small business size standard is 500 employees. v. Contract Line Item Numbers, items, quantities, and units of measure are as follows: CLIN Item Quantity Unit of Measure 0001 Base Period - Legislative Tracking Service Subscription 1 Each 1001 Option One - Legislative Tracking Service Subscription 1 Each 2001 Option Two - Legislative Tracking Service Subscription 1 Each 3001 Option Three - Legislative Tracking Service Subscription 1 Each 4001 Option Four - Legislative Tracking Service Subscription 1 Each vi. Description of requirements: See Statement of Work in attached RFP document. vii. Date(s) and place(s) of delivery and acceptance and FOB point: Periods of Performance are as per attached RFP. viii. The provision at FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. This provision has been tailored, see attached RFP. ix. The provision at FAR 52.212-2, Evaluation -- Commercial Items, does not apply. See the attached RFP, Instructions to Offerors, for evaluation criteria. x. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offers xi. The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. xii. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. xiii. Additional contract requirement(s) or terms and conditions are as per the attached RFP document. xiv. This requirement is not assigned a rating within the Defense Priorities and Allocations System (DPAS. xv. Offers are due no later than 1730 (5:30 PM) Washington, DC local time, 25 September 2012. Offers must be submitted via email to john.fiddelke@navy.mil. xvi. For information regarding this solicitation, contact: John Fiddelke, (202) 685 5863, john.fiddelke@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/MSC/MSCHQ/N00033-12-T-9058/listing.html)
- Record
- SN02896658-W 20120926/120925003801-b620a358903690c0a43d26dd74d02812 (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 |