Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2016 FBO #5398
SOLICITATION NOTICE

70 -- Integrated News Management Tool - Combined Synopsis

Notice Date
9/1/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Defense Information Systems Agency, Procurement Directorate, DITCO-NCR, P.O. BOX 549, FORT MEADE, Maryland, 20755-0549, United States
 
ZIP Code
20755-0549
 
Solicitation Number
DBDMC60026
 
Archive Date
9/27/2016
 
Point of Contact
Samantha A. Kelly, Phone: 3012254060, Brian Leyda, Phone: 301-225-4106
 
E-Mail Address
Samantha.A.Kelly8.civ@mail.mil, brian.k.leyda.civ@mail.mil
(Samantha.A.Kelly8.civ@mail.mil, brian.k.leyda.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement (PWS) Combined Synopsis Competitive Combined Synopsis / Solicitation DBDMC60026 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is DBDMC60026 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 519190-All other information services, with a Size Standard of $27.5M. SET-ASIDE STATUS This acquisition is available for full and open competition, with a total (100%) small business set-aside restriction. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated August 15, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background: This request for quotation (RFQ) is to support the Defense Information Systems Agency (DISA)'s Public Affairs Office with an integrated tool that will compile new clips and coverage to ultimately allow for a measure of the effectiveness of public affairs efforts. Purpose: The purpose of this requirement is to collect and gather DISA-relevant media news clips in a manner that avoids copy right infringement and provide a tool to disseminate the clips in a formatted report on a daily basis for review by senior leadership, communications team members and DISA employees. Additionally, the objective is to ensure access to media databases, manage media contacts and manage related content in order to measure the effectiveness of public affairs efforts. The specifics are as follows: Solicitation Number DBDMC60026 Title: News management tool that includes access to media databases and content management, news on demand, social media monitoring, hosting, support, analytic tools and training. Small Business Set-Aside Total (100%) Small Business Set-Aside NAICS Code: 519190-All other information services Order Type: Firm Fixed Price (FFP) Period of Performance Base Period is one-year after the date of award plus four (4) one-year option periods Method of Evaluation: Lowest Priced Technically Acceptable (LPTA) Quotation Due Date: September 12, 2016 at 8:00AM EST Offerors are requested to submit: (1) Brief capabilities statement addressing the ability and experience, to meet requirements and shall not exceed 5 pages. (2) Offerors shall provide signed and dated offers (quotations) including any price and discount terms (for the base period and each of the four option periods) and technical description that addresses, in sufficient detail, the requirements as outlined in the PWS. SEE ATTCHMENT FOR PERFORMANCE WORK STATEMENT Delivery Requirements/Period of Performance: The period of performance shall be one year from the date of award, plus four one-year option periods. The contractor shall deliver access within 24 hours after receipt of order and must be in accordance to the terms within the PWS. Delivery address shall be provided upon contract award. Contract Type: The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Contract Line Items: This requirement and associated contract line item numbers (CLINS) are pvoided below: CLIN Number Description Quantity Unit of Measure Unit Price Total Service Term: 0001 1 Each 9/19/2016-9/18/2017 1001 1 Each 9/19/2017-9/18/2018 2001 1 Each 9/19/2018-9/18/2019 3001 1 Each 9/19/2019-9/18/2020 4001 1 Each 9/19/2020-9/18/2021 EVALUATION CRITERIA The Government will award a purchase order resulting from the solicitation on the basis of Lowest Price Technically Acceptable (LPTA). The Technically acceptability shall be based on the following: 1. The Contractor must meet or exceed each of the performance requirements detailed in this solicitation. 2. The Contractor proposal must include a minimum of five concurrent user access. 3. The Contractor must be able to meet or exceed the period of performance/delivery requirements. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a price quotation that addresses each of the evaluation criteria included in this solicitation. The price quotation must cover all requirements as well as indicate associated pricing. Price quotation must be good for 30 days after the due date. Quote shall include ALL fees. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." APPLICABLE CLAUSES AND PROVISIONS The following FAR / DFARS clauses and provisions shall apply to this solicitation by reference: 52.202-1 Definitions NOV 2013 52.203-3 Gratuities DEC 2013 52.204-2 Security Requirements AUG 1996 52.204-7 System for Award Management JUL 2013 52.204-9 Personal Identity Verification of Contractor Personnel JAN 2011 52.204-13 System for Award Management Maintenance JUL 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations NOV 2015 52.212-4 Contract Terms and Conditions-Commercial Items MAY 2015 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-6 Drug Free Workplace MAY 2001 52.227-19 Commercial Computer Software License DEC 2007 52.233-1 Dispute MAY 2014 52.243-1 Changes-Fixed Price AUG 1987 52.247-34 F.O.B Destination NOV 1991 252.201-7000 Contracting Officer's Representative DEC 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7003 Agency Office of the Inspector General DEC 2012 252.203-7005 Representation Relating to Compensation of Former DoD Officials. NOV 2011 252.204-7000 Disclosure Of Information AUG 2013 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7005 Oral Attestation of Security Responsibilities NOV 2001 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting DEC 2015 252.209-7004 Subcontracting With Firms That Are Owned or Controlled By The Government of a Country that is a State Sponsor of Terrorism OCT 2015 252.213-7000 Notice of Prospective Suppliers on the Use of Past Performance Information Retrieval System JUN 2015 252.229-7000 Invoices Exclusive of Taxes or Duties JUN 1997 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7010 Levies on Contract Payments DEC 2006 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.246-7000 Material Inspection And Receiving Report MAR 2008 252.247-7022 Representation Of Extent Of Transportation Of Supplies By Sea AUG 1992 The following FAR / DFARS clauses are incorporated in full text in the award: 1. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (APR 2014), applies to this acquisition and are incorporated by reference. In addition, Offerors are required to submit the following: (1) Brief capabilities statement addressing the ability and experience, to meet requirements and shall not exceed 5 pages. (2) Offerors shall provide signed and dated offers (quotations) including any price and discount terms and technical description that addresses, in sufficient detail, the requirements as outlined in the PWS. 2. FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition and will be used to evaluate offerors for awarded the contract. The Government intends to award the contract resulting from this solicitation to the offeror whose response is determined to represent the overall best value to the Government and whose offer conforms to the solicitation, using a Lowest Priced Technically Acceptable evaluation process. In order to receive an acceptable rating, the offer must meet the requirement elements in accordance to the PWS. In addition, 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). 3. FAR clause 52.212-3 (Alt I) Offeror Representations and Certifications-Commercial Items. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (MAR 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. All Offerors must submit representations and certifications in accordance with the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. FAR 52.212-3 can be downloaded from the internet: http://farsite.hill.af.mil/, or https://www.sam.gov/ if registered in SAM (System for Award Management). Offerors that fail to furnish the required representation information, or reject the terms and conditions of the solicitation, may be excluded from consideration. All FAR/DFARS Clauses and provisions incorporated by reference may be viewed in full text via the Internet at http://farsite.hill.af.mil/ or http://www.arnet.gov/far/. 4. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (MAY 2015) applies to this acquisition and is incorporated. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items is hereby incorporated. Addendum to FAR Clause 52.212-4 applies to this acquisition, specifically the following cited clauses: FAR 52.252-2, FAR 52.252-6; FAR 52.204-99 System for Award Management Registration. FAR Clause 52.212-5- Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items apply to this acquisition, specifically, the following cited clauses: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.225-3 Buy American Act--Free Trade Agreements--Israeli Trade Act; 5.FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items Deviation 2013-O0019 (SEP 2013) 6. FAR 52.217-5 Evaluation of Options (JUL 1990) 7. FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 8. FAR 52.219-1 Small Business Program Representations (OCT 2014) 9. FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) 10. FAR 52.222-25 Affirmative Action Compliance (APR 1984) 11. FAR 52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013) 12. FAR 52.233-2 Service of Protest (AUG 1996) 13. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 14. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) 15. FAR 52.252-5 Authorized Deviations in Provisions (APR 1984) 16. FAR 52.252-6 Authorized Deviations in Clauses (APR 1984) 17. DFARS 252.212-7000 Offeror Representations and Certifications--Commercial Items (JUN 2016) 18. DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUN 2016) 19. DFARS 252.225-7001 Buy American and Balance of Payments Program (AUG 2016) 20. DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) 21. DFARS 252.232-7010, Levies on Contract Payments (DEC 2006) 22. DARS 52.204-9000 Points of Contact (AUG 2005) 23. DARS 52.204-9001 Contract/Order Closeout - Fixed-Price, Time-and-Materials, or Labor Hours (JAN 2007) 24. DARS 52.209-9000 Organizational and Consultant Conflicts of Interest (OCCI) (DEC 2005) 25. DARS 52.232-9000 Wide Area Workflow (WAWF) Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this requirement. CLOSING INFORMATION Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received no later than 8:00AM EST on September 12, 2016 and must reference DBDMC60026. Responses shall be submitted electronically via email to Samantha Kelly, Contract Specialist at Samantha.A.Kelly8.civ@mail.mil and Brian Leyda, Contracting Officer at brian.k.leyda.civ@mail.mil. All questions must be submitted by email no later than 10:00AM EST on September 6, 2016. The questions will be answered with an amendment to this combined synopsis / solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DTN/DBDMC60026/listing.html)
 
Place of Performance
Address: Work shall be web-based, United States
 
Record
SN04253053-W 20160903/160902000721-9edae3ac79fafea0abfd54df0975b527 (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.