Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2016 FBO #5374
SOLICITATION NOTICE

76 -- Global News Media Archive

Notice Date
8/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
N00244 NAVSUP Fleet Logistics Center San Diego Regional Contracts Department (Code 200) 3985 Cummings Road Bldg 116 - 3rd Floor San Diego, CA
 
ZIP Code
00000
 
Solicitation Number
N0024416T0203
 
Response Due
8/29/2016
 
Archive Date
10/31/2016
 
Point of Contact
Alan M. Gonzales 619-556-5342
 
E-Mail Address
Email the Contract Specialist
(alan.gonzales@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
NOTICE TO CONTRACTOR This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the format in FAR subpart 13.5 and 12.6 as supplemented with additional information included in this notice. This solicitation has been prepared with the intent to award on a competitive basis. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The solicitation number N00244-16-T-0203 is issued as a request for quotation (RFQ). The closing date is 29 August 2016 at 08:00am PT. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-89 and DFARS Change Notice 20160802. Questions regarding this procurement must be submitted through email to the contract specialist at alan.gonzales@navy.mil. All questions submitted shall include the solicitation number in the subject line. Other methods of question submittal will not be acknowledged. The Government will make every attempt to answer all questions in a timely manner; however, questions submitted within 7 days of the posted closing date may not allow ample time to respond and offerors cannot be guaranteed a response. All questions and answers will be posted for viewing by all other potential offerors. It is the contractor ™s responsibility to be familiar with the applicable clauses, provisions, and the attached Evaluation Criteria. The clauses may be accessed in full text at these addresses: www.acq.osd.mil/ and www.acquisition.gov. The North American Industry Classification System (NAICS) Code for this acquisition is 518210 “ Data Processing, Hosting, and Related Services; Size: $32.5M. This acquisition is full and open competition. The contract type is Firm Fixed Price. Brief Requirement Description (for full description, see attached Performance Work Statement): This project is part of a research effort sponsored by Marine Forces Cyber Command, entitled śMedia Analytics for Enhanced Indications and Warnings. ť Our research project seeks to examine differences in the language and tone of news stories, as they are reported in different countries, so as to generate enhanced predictive analytics for assessing future hotspots of conflict. This research includes a requirement for a global historical data archive, providing the full text of news stories, as they were reported across a wide variety of sources and languages. This data will also be used for pedagogical purposes in the classroom, giving students new opportunities for thesis research, ranging from the development of śbig data ť analytic skills, to the development of substantive analytic products offering new metrics for the assessment of military conflict through global media. The fundamental goal of this project is to further Naval and Joint research and educational goals, by providing enhanced tools and capabilities for the Information Warfare community. The Government is looking for a contractor furnished Commercial off the Shelf (COTS) data collection of news records. Fleet Logistics Center San Diego requests responses from qualified sources capable of providing the following items: CLIN 0001, Global Media News Archive. QTY: 1, Unit of Issue: Group, Price: TBD Minimum Time Period: 1/1/2013 - 12/31/2014 Minimum Number of Total Records: 600,000,000 (The minimum number of records shall be from the minimum time period. Additional records outside of the minimum time period are allowable.) Minimum Number of Original Sources: 50,000 (No minimum number of records from any single source.) Minimum Number of Source Countries: 100 (Minimum 1,000 records per each country.) Minimum Number of Source Languages: 40 (Minimum 1,000 records per each language.) Each record in the archive should contain a news story gathered from a news website, and should include, at a minimum, the original source URL, date, country of origin, and full text of the original news story in its original language. Digital transcriptions of physical news media or broadcast news media are also allowable and should include, at a minimum, the original source information, date, country of origin, and full text of the original news story in its original language. There is no requirement regarding the type of topic of the news stories. The Contractor shall provide a protected URL, where they have posted the dataset online, to allow the Government to download and store the data on its own machines. The preferred format of data is JSON; data formats of XML, CSV, or similar are acceptable. Place of Delivery: Dataset is to be available for download as stated above. Deliver Date: 30 Days after delivery of contract. Payment: Wide Area workflow (WAWF) The following FAR/DFARS provisions and clauses are applicable to this procurement: 52.203-3, Gratuities 52.203-6 Alt 1, Restrictions on Subcontractor Sales to the Government 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.212-1, Instructions to Offerors - Commercial Items; 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Items 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-8, Utilization of Small Business Concerns 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Veterans 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-37, Employment Reports on Veterans 52.222-40, Notification of Employee Rights Under the National Labor Relations Act 52.222-50, Combating Trafficking in Persons 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.227-17, Rights in Data--Special Works 52.239-1, Privacy or Security Safeguards 52.252-1 “ Solicitation Provisions Incorporated by Reference www.acquisition.gov; www.acq.osd.mil 52.252-2 “ Clauses Incorporated by Reference www.acquisition.gov; www.acq.osd.mil Offerors are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.203-7005, Representation Relating to Compensation of Former DoD Officials 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Deviation) 252.204-7012, Safeguarding of Unclassified Controlled Technical Information 252.211-7003, Item Unique Identification and Valuation 252.215-7007, Notice of Intent to Resolicit 252.215-7008, Only One Offer 252.222-7007, Representation Regarding Combating Trafficking in Persons 252.225-7000, Buy American ”Balance of Payments Program Certificate 252.225-7012, Preference for Certain Domestic Commodities 252.227-7015, Technical Data “Commercial Items 252.227-7020, Rights in Special Works 252.227-7037, Validation of Restrictive Markings on Technical Data 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.232-7006, Wide Area WorkFlow Payment Instructions 252.232-7010, Levies on Contract Payments 252.239-7017, Notice of Supply Chain Risk 252.239-7018, Supply Chain Risk 252.243-7002, Requests for Equitable Adjustment 252.244-7000, Subcontracts for Commercial Items 252.247-7022, Representation of Extent of Transportation by Sea 252.247-7023, Transportation of Supplies by Sea 5252.243-9400 Authorized Changes By the KO NDZ L-331 Review of Agency Protests NDZ L-332 Unit Prices The Government intends to award a firm, fixed price contract resulting from this combined synopsis/solicitation to the responsive and responsible offeror whose conforming response is determined to provide the best value to the Government, utilizing a lowest price technically acceptable evaluation. Offerors are required to become familiar with the attached Evaluation Criteria. The Government will only consider firm fixed-price quotations. Offeror must complete and submit with the quotation FAR provision 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2012) Offeror must be registered in the System for Award Management (SAM) prior to award. The website address is https://www.sam.gov/. A Data Universal Number System (DUNS) number is required to register. Email your quote to Alan Gonzales on or before 08:00am Pacific Time on 29 August 2016. Email: alan.gonzales@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/200/N0024416T0203/listing.html)
 
Record
SN04213172-W 20160810/160808234715-f173bb6af5d9764c05d7532ce4fe04d2 (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.