SOLICITATION NOTICE
76 -- Legislative Affairs Subscription - SP4703-18-Q-0003 Legislative Affairs Solicitation
- Notice Date
- 10/27/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Contracting Services Office - Richmond, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SP4703-18-Q-0003
- Archive Date
- 12/12/2017
- Point of Contact
- Kelly Clements, Phone: 8042791335
- E-Mail Address
-
kelly.clements@dla.mil
(kelly.clements@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- SP4703-18-Q-0003 Legislative Affairs Solicitation INFORMATION 1. The following individuals are designated as points of contact (POC) for purposes of this contract: (a) Contractor POC: To be provided at time of award (b) Contracting POC: Kelly Clements 804-279-1335 kelly.clements@dla.mil (c) Requirements POC: To be provided at time of award 2. This procurement is being issued as unrestricted, full and open competition under NAICS 511120 with a small business size standard of 1,000 employees. This procurement is for a legislative affairs online subscription service in accordance with the attached performance work statement (PWS). 3. Multiple awards will not be made. 4. Award will be made on the basis of lowest price, technically acceptable (LPTA). In order to be determined technically acceptable, vendors must demonstrate that the quoted solution meets ALL technical requirements as listed in the PWS. Additionally, vendors are required to submit samples of all reports as required in the PWS. A government representative(s) will evaluate the information provided to determine if, in his/her opinion, the minimum requirements and intended use of the product(s) is met. The government is not required to research information outside what is provided (product specifications/web address) in order to make the determination. In the event that all proposals are determined to be technically acceptable, award will be made based on the lowest priced offer. Price will be determined at the total estimated contract value to include all option years. 5. Quotes/proposals must include the following: completed/signed page 1 of the SF1449, technical proposal detailing proposed solution to include sample reports, and cost proposal. The technical proposal should be submitted in word format with 12pt Times New Roman font, single spaced, with a maximum of 30 pages (including sample reports). Cost proposals must be submitted in excel format and should include pricing for each option year as well as a summary tab with the price roll-up. 6. In addition to a price quote and product specifications, the following shall be provided: taxpayer identification number (TIN), Dun and Bradstreet number (DUNS), and Commercial and Government Entity (CAGE) code. Companies doing business with the Federal Government are required to use the System for Award Management (SAM). In order to be eligible to receive an award for this requirement, vendors must have an active SAM registration. The website to register, update, or re-activate an account at SAM is https://www.sam.gov. 7. All questions and requests for information regarding this Request for Quote (RFQ) must be submitted by email to Kelly Clements (kelly.clements@dla.mil) by COB Friday, November 3, 2017.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ed9d75ad60ee2543df34624ab2f064a7)
- Record
- SN04725477-W 20171029/171027231136-ed9d75ad60ee2543df34624ab2f064a7 (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 |