Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2018 FBO #6144
SPECIAL NOTICE

R -- NOTICE OF INTENT TO AWARD - CLINS

Notice Date
9/17/2018
 
Notice Type
Special Notice
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for California, 10620 Mather Boulevard, Mather, California, 95655-4125, United States
 
ZIP Code
95655-4125
 
Solicitation Number
W912LA18T0077
 
Archive Date
10/9/2018
 
Point of Contact
Stella H Davis, Phone: 8052388607
 
E-Mail Address
stella.h.davis.civ@mail.mil
(stella.h.davis.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
LINE ITEMS The solicitation W912LA-18-T-0077 is issued as an Intent to Award. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, effective 22 AUG 2018. This procurement is unrestricted. The NAICS code for this acquisition is 611430. The small business size standard for this NAICS code is $11 Million. The Government intends to award a contract to National CineMedia, Centennial, CO for digital advertising. National CineMedia is considered a sole source for project. See the attached Performance Work Statement for specific requirements. The following FAR provisions/clauses are incorporated: 52.203-3, Gratuities; 52.203-6 Alt I, Restrictions on Subcontractor Sales to the Government - Alternate I; 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements; 52.204-4, Printed or Copied - Double Sided on Post-consumer Fiber Content Paper; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-22, Alternative Line Item Proposal; 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, suspended, or Proposed for Debarment; 52.209-7, Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.209-12, Certification Regarding Tax Matters; 52.211-6, Brand Name or Equal; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-2, Evaluation - Commercial Items; 52.212-3 ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4, Contract Terms and Conditions; 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders- Commercial Items; 52.219-8, Utilization of Small Business Concerns; 52.219-28, Post-Award Small Business Program Representation; 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, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor registration; 52.222-36, Equal Opportunity for Workers with Disabilities; 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment 52.222-50, Combating Trafficking in Persons; 52.222-53, Exception from Application of the Se4vice Contract Labor Standards to Contracts for Certain Services - Requirements; 52.222-54, Employment Eligibility Verification; 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-2, Service of Protest; 52.232-25, Prompt Payment; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management; 52.232-39, Unenforceability of unauthorized obligations; 52.232-40, Providing Accelerated Payments to Small Business subcontractors; 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim; and 52.252-2; Clauses incorporated by Reference; 52.252-6, Authorized Deviations in Clauses. The provisions/ clauses at DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items apply to this acquisition and must be fully completed and submitted with offer; and 252.212-7001 (Dev), Contract terms and Conditions Required to Implement Statutes to Defense Acquisition of Commercial Items (Deviation) are applicable to this acquisition. The following DFARS clauses are incorporated: 252.201-7000, Contracting Officer's Representative; 252.203-7002 ALT A, Requirement to Inform Employees of Whistleblower Rights (ALT A); 252.203-7005, Representation Relating to Compensation of Former DoD Officials; 252.204-7009, Limitations on the Use or Disclosure of Third-Party Contractor Information; 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting; 252.204-7015, Notice of Authorized Disclosure of information for Litigation Support;; 252.215-7007, Notice of Intent to Resolicit; 252.222-7007, Representation Regarding Combating Trafficking in Persons; 252.225-7000, Buy American - Balance of Payments Program Certificate; 252.225-7031, Secondary Arab Boycott of Israel; 252.225-7035 Alt II, Buy American Act-Free Trade Agreements-Balance of Payments Program Certificate; 252.225-7048, Export-Controlled Items; 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism; 252.232-7003, Electronic Submission of Payment Requests; 252.232-7006, Wide Area Workflow Payment Instructions; 252.232-7010, Levies on Contract Payments are also applicable to this acquisition. 252.237-7010, Prohibition on Interrogation of Detainees by Contractor Personnel; 252.247-7022, Representation of Extent of Transportation by Sea; 252.247-7023 ALT III, Transportation of Supplies by Sea; and 52.247-7024, Notification of Transportation of Supplies by Sea. Simplified Acquisition Procedures will be utilized. Interested parties may identify their interest and capability to respond to the requirement, in writing, no later than 24 Sept 2018 by 11:00 A.M. electronically at stella.h.davis.civ@mail.mil. Written responses to this notice shall contain sufficient documentation to establish a bona fide capability to fulfill the requirement and shall reference this Notice of Intent to the above email. A determination by the Government not to complete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA04/W912LA18T0077/listing.html)
 
Record
SN05092164-W 20180919/180917231102-983fdd38dd5a7213a2edc00a4edf9da5 (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.