Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2008 FBO #2349
DOCUMENT

D -- NGA Microfilm Scanning Project - Statement of Work, HM157408T0002

Notice Date
4/30/2008
 
Notice Type
Statement of Work, HM157408T0002
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Procurement and Contracts In Support of Analysis and Production Directorate (ACSM), Attn: ACSM Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
 
ZIP Code
63010-6238
 
Solicitation Number
HM1574-08-T-0002
 
Point of Contact
Rita A. Surgeon, Phone: 314-676-0190, Barbara D. Odom,, Phone: 314-676-0178
 
E-Mail Address
Rita.A.Surgeon@nga.mil, barbara.d.odom@nga.mil
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
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. Quotations are being requested and a written solicitation will not be issued. The solicitation number is HM157408T0002. The North American Industry Classification Systems (NAICS) for this acquisition is 518210 with a small business size of $23M. Please identify your business size in your response based on this standard. NGA plans to issue a purchase order under the test program described in FAR 13.5 for a contractor to provide Digital Document Conversion Services. Delivery is FOB Destination to NGA Bethesda, MD in accordance with the Statement of Work (SOW), attached. The period of performance is 01 Jul 2008 through 31 March 2009. Vendors should provide a firm fixed price quote to include cost, and a description of the technical approach in accordance with the SOW, to include the staffing approach. The Government reserves the right to cancel this solicitation, with no obligation to the offeror by the Government. This requirement is being procured under Service-Disabled Veteran-Owned Small Business set-aside procedures in accordance with FAR 19.1405. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The provision at FAR 52.212-1, Instructions to Offerors -Commercial Items applies to this acquisition. Only one award will be made to the lowest price technically acceptable offeror who meets the requirement and has satisfactory past performance. Offeror Representations and Certification--Commercial Items are required in accordance with FAR 52.212-3 ALT 1. The clause at 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set Aside applies to this acquisition. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items, applies to this acquisition, with the following clauses: 52.203-6, Restrictions on Subcontractor Sales to the Government with Alternate I; 52.233-3, Convict Labor; 52.222-19, Child Labor--Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. The clause at DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, applies to this acquisition with the following clauses: FAR 52.203-3, Gratuities; DFARS 252.225-7001 Buy American Act and Balance of Program; 252.225-7036, Buy American Act--Free Trade Agreements--Balance of Payments Program; 252.227-7015, Technical Data--Commercial Items; 252.227-7037, Validation of Restrictive Markings on Technical Data; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Requests for Equitable Adjustment; and 252.247-7023, Transportation of Supplies by Sea. The clause at DFARS 252.212-7000, Offeror representations and certifications - Commercial Items applies. To view the clauses in full text, visit www.arnet.gov. Vendors must be approved and registered in Central Contractor Registration (www.ccr.gov) before award can be made. In accordance with FAR 12.603(c)(3) Offers are due to the following email address no later than 04:00 p.m., Central Dsylight Time (CDT), 21 May 2008. All responsible sources may submit a response to Rita Surgeon via email to Rita.A.Surgeon@nga.mil, and Darlene Odom via email to Barbara.D.Odom@nga.mil. Questions or concerns regarding this synopsis/solicitation should be directed to Rita Surgeon at (314) 676-0190, or Darlene Odom at (314) 676-0178, no later than 14 May 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b572e22c84bfa666ebe73e2a3a9d20cf&tab=core&_cview=1)
 
Document(s)
Statement of Work, HM157408T0002
 
File Name: Stateament of Work (SOW - PR Microfilm Archive Scanning Project.doc)
Link: https://www.fbo.gov//utils/view?id=775c7575b13379fc2a584926fd444508
Bytes: 90.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: Vendor's facility which shall be located within 100 miles of the NGA Bethesda, MD facility.., United States
 
Record
SN01564242-W 20080502/080430222014-37ef3b3dd5001836bbf61bb8d884c9ce (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.