SOLICITATION NOTICE
T -- Electronic Photo Services
- Notice Date
- 2/27/2004
- Notice Type
- Solicitation Notice
- NAICS
- 518111
— Internet Service Providers
- Contracting Office
- Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115 Rosslyn Station, Arlington, VA, 22219
- ZIP Code
- 22219
- Solicitation Number
- Reference-Number-RFQ-4E3020
- Response Due
- 3/3/2004
- Archive Date
- 3/30/2004
- Point of Contact
- Veronique Clark, Contract Specialist, Phone 7038754263, Fax 7038756006,
- E-Mail Address
-
clarkcp@state.gov
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The reference number is RFQ-4E3020 and issued as a request for quotation (RFQ). Quotes are due Wednesday, March 3, 2004 at 4 PM. Quotes can be faxed or emailed. We anticipate award for this purchase order to be on or about March 8, 2004. The government plans to award a commercial item purchase order to the bidder with the most advantageous bid to the government based on price, technical/delivery capability and registration in Central Contractor Registration (CCR). For information on CCR go to website www.CCR.gov. FAR clause 52.204-7 requires that the contractor register in the Central Contractor Registration database. The U.S. Department of State Bureau of Diplomatic Security (DS) has a requirement for ongoing unlimited access to an established international news photo and graphic archive service. DS requires electronic access to a substantive database (not less than 100,000 images) of current international news photos, past newsworthy events, and graphics. DS publishes materials for Americans living and working overseas and the foreign diplomatic community in the United States, providing information on security issues, terrorism, crime, and for homeland security. DS also manages the Rewards for Justice Program, with web site, which provides monetary rewards for information leading to the prevention or resolution of acts of terrorism against Americans overseas. All such DS materials are published on the DS Internet web site. Intended Purpose: Photos and graphics from the acquired data base will be used to enhance publications, exhibits, and multi-media presentations for recruitment, training, and briefings on DS activities and programs, and to include in all DS-generated materials on the DS Internet and intranet web sites. Scope of Work: The contractor shall provide: Electronic access to a substantive database (not less than 100,000 images)of international news images and graphics. Unrestricted distribution and usage rights. Online search mechanism and access. Electronic access to high and low resolution photos and graphics. Unlimited number of downloads per month. Computer software and program operational aids to ensure user/system compatibility. Electronic input/output: Access to the library must be web based and accessible on PCs or Macintoshes without specialized input or output software. Training: Contractor shall provide necessary training/instruction to enable user-efficient search and retrieval of images from database. Account Management: This service will be for the sole use of, and access limited by, Diplomatic Security, Public Affairs (DS/PA). One unique access code and/or logon shall be provided to DS/PA. Each image used will be credited to the contractor. Maintenance and Update: Software database and program aids shall be reviewed and updated to ensure applicability to prevailing newsworthy conditions. Deliverables and Schedule: Computer Operational Software and Program Operational Aids (Draft): Deliver not later than 30 days following contract reward. Computer Operational Software and Program Operational Aids (Final): Deliver 15 days following DS/PA review of draft. Maintenance and Update Plan: Deliver coincidental with the Final Software and Program Operational Aids. Program Review: Semi-annual and as required/scheduled by DS/PA. Proposal Evaluation Criteria (listed in relative order of importance) Understanding of requirements. Corporate ability to meet requirements. Relevant corporate experience. Software interface with existing DS Systems. Warranty and maintenance plan (replacement of software and aids; redundant system). Program review and update plan. Periodic operability test plan. Cost. Payment Method/Invoicing: Invoices shall be submitted monthly. Estimated Period of Performance: March 2004 through November 2004. The selected contractor must comply with the following commercial item terms and conditions. FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The selected offerors MUST submit a completed copy of FAR 52.212-3 Offeror Representations and Certifications Commercial Items. FAR 52.212-4 Contract Terms and Conditions Commercial Items, applies to this acquisition. The following provisions in the Federal Acquisition Regulation (FAR) apply to this acquisition to include any addenda to the provision. This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text: FAR 52.212-4 Contract Terms and Conditions Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items will apply: 52.222-21, 52-222-26, 52.222-35, 55.222-36, 55.222-37, 52.225-13, 52.232-34. As prescribed by FAR 52.252-2, the full text of DOSAR clauses may be accessed electronically at http://www.statebuy.inter.net/acpolicy. The full text of a FAR clause may be accessed by electronically at http://www.arnet.gov.gov/far. In addition, the selected offeror must certify that they: (a) do not comply with the Arab league boycott of the State of Israel, by taking or knowingly agree to take any action with respect to the boycott of Israel by the Arab League countries, which Section 8(a) of the Export Administration Action of 1979 as amended (50 USC Ap 2407a) prohibits a U.S. person from taking, and (b) do not discriminate in the award of subcontracts on the basis of religion. (DOSAR 65.225-70). Should offerors require additional clarification, contact Ms Jones at Jonesrd@state.gov or Ms Clark @ Clarkcp@state.gov.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/State/A-LM-AQM/A-LM-AQM/Reference-Number-RFQ-4E3020/listing.html)
- Place of Performance
- Address: U.S. DEPARTMENT OF STATE ARLINGTON, VA
- Zip Code: 22209
- Country: USA
- Zip Code: 22209
- Record
- SN00533247-F 20040229/040227234112 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |