Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 23, 2008 FBO #2462
SOLICITATION NOTICE

T -- Anti-Smuggling/Anit-Trafficking Program for Military Information Support Team (MIST), Nigeria

Notice Date
8/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of the Army, ACA, US Army Contracting Command Europe, ACA, Wiesbaden Contracting Center, ACA, Wiesbaden Contracting Center, ATTN: AEUCC-C, CMR 410, Box 741, APO, AE 09096-0741
 
ZIP Code
09096-0741
 
Solicitation Number
W912CM08T0145
 
Response Due
9/3/2008
 
Archive Date
11/2/2008
 
Point of Contact
Shauna Hull, 0611-816-2261<br />
 
Small Business Set-Aside
N/A
 
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; quotes are being requested and a written solicitation will not be issued. The North American Industry Classification System (NAICS) code for this acquisition is 519190. No numbered notes apply. This solicitation is issued as a Request for Quote (RFQ) W912CM-08-T-0145 for Anti-smuggling/Anti-trafficking Program for Military Information Support Team (MIST) Nigeria. A Firm Fixed Price contract is anticipated. This award is anticipated to have a period of performance of eleven months period of performance 15 September 2008 through 14 August 2009. Delivery acceptance is U.S. Embassy Abuja, Nigeria. All work will be completed in accordance with the Performance Work Statement (PWS) (see attached) and your response must demonstrate your experience and capability of providing the requirements. Offers must be in U.S. Dollars only. Payment is expected to be made by electronic funds transfer (EFT), and the awardee must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) to receive a government contract award. Offerors who are not registered in the CCR database prior to award will not be considered. Offerors may register with CCR by calling 1-800-334-3414 or online at the website mentioned earlier. Any clarifications and/or questions should be sent electronically to shauna.hull@us.army.mil. Notification of any change shall be made only on the internet. Offerors quote shall be valid for a minimum of 60 days to be acknowledged in the offerors quote. The following provisions and clauses will be incorporated by reference: FAR 52.212-1, Instruction to Offerors Commercial Items, Addendum to 52.212-1; Quotes shall be submitted as follows: Offer Price Quote1 copyN/A Technical proposal1 copyMaximum of 5 pages Past Performance1 copyMaximum of 3 references (1 per page) Offerors shall include three references to relevant contracts the offeror has performed during the past three years. The listing shall include contract number, type of contract, dollar value, place of performance, date of award and whether performance is on going or complete. Offerors shall also include the names, phone numbers, addresses and e-mail addresses for each reference. 52.212-3, Offerors Representations and Certifications Commercial Items. An offeror shall complete only paragraph (l) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (k) of this provision. The following FAR clauses apply to this acquisition 52.212-4, Contract Terms and Conditions Commercial Items; Addendum to 52.212-4; 52.204-4, Printed or Copied Double-Sided on Recycled Paper; 52.204-7, Central Contractor Registration, 52.217-7, Option for Increased Quantity Separately Priced Line Item, 52.222-26 Equal Opportunity, 52.233-3, Protest After Award, 52.233-4, Applicable Law for Breach of Contract Claims; 252.222-7002, Compliance with Local Labor Laws (Overseas), 252.225-7041, Correspondence in English, 252.225-7042, Authorization to Perform, 252.229-7000, Invoices Exclusive of Taxes or Duties, 252.232-7008, Assignment of Claims (Overseas) 252.227-7020, Rights in Special Works, and 252.233-7001, Choice of Law (Overseas). FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.222-19; 52.222-50; 52.225-13 and 52.232-33. The following additional DFARS clauses cited in the clause are applicable: DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (APR 2007); 252.232-7003 Electronic Submission of Payment Requests; The provision at FAR 52.212-2, Evaluation Commercial Items applies to this solicitation. Evaluation factors are technical, past performance and price. The subfactors under technical are; a) Technical proficiency and expertise in radio programming production, b) Knowledge of influencing behavioral change using radio programming, and c) Previous experience in, and in-depth knowledge of, the West African television and radio broadcasting industry, as well as West African print media. Each subfactor is approximately equal in importance. Past performance and technical evaluation are significantly more important than price. Past performance will be evaluated based on information provided by the offerors customer/client references. Offerors shall include three references to relevant contracts the offeror has performed of similar size and scope during the past three years. The listing shall include contract number, type of contract, dollar value, place of performance, date of award and whether performance is on going or complete. Offerors shall also include the names, phone numbers, addresses and e-mail addresses for each reference. Past performance information obtained from any other sources will also be considered. Offerors lacking relevant past performance history will be evaluated on past performance information relating to a predecessor company, or key personnel who have relevant experience. Offerors without a record of relevant past performance information or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance. The Government is not responsible for locating or securing any information which is not identified in the offer. The Government reserves the right to make an award without discussions. The Government reserves the right to award on all or none basis. Award will be made on the basis of best value/trade-off analysis that is determined to be the most beneficial to the Government. Offerors shall submit written narratives that address each of the technical subfactors. Award may be made to other than the lowest priced or highest rated offer. 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). The full text of FAR and DFARS references may be accessed electronically at this address: http://farsite.hill.af.mil. Quotations must be signed, dated and received by 4:00 PM CET 3 Sep 2008 via fax at 49(0)611-816-2254 or email to shauna.hull@us.army.mil at the Wiesbaden Contracting Center (WCC), SFCA-EC-C, ATTN: Shauna Hull, CMR 410 Box 741, APO AE 09096-0741. All quotations from responsible sources will be fully considered. For questions concerning this Request for Quotation contact Shauna Hull, Contract Specialist. NO TELEPHONE REQUESTS WILL BE HONORED. Performance Work Statement : For complete copy, contact the above. Offerors shall submit a price quote for the following Contract Line Item Numbers (CLINs): CLIN 0001 1 EA, Conduct Pre-Design Research CLIN 0002 Develop and Produce Media Products (Info CLIN only) SubCLIN 0002AA 1 EA, Television Documentary SubCLIN 0002AB 1 EA, Radio Advertisements SubCLIN 0002AC 1 EA, Newspaper Comic Strip SubCLIN 0002AD 1 EA, Posters SubCLIN 0002AE 1 EA, Billboards SubCLIN 0002AF 1 EA, Radio Drama Series SubCLIN 0002AG 1 EA, Graphic Logo for Overall Media Program CLIN 0003 - Disseminate Media Product (Info CLIN only) SubCLIN 0003AA 1 EA, Television Documentary SubCLIN 0003AB 1 EA, Radio Advertisements SubCLIN 0003AC 1 EA, Newspaper Comic Strip SubCLIN 0003AD 1 EA, Posters SubCLIN 0003AE 1 EA, Billboards SubCLIN 0003AF 1 EA, Radio Drama Series SubCLIN 0003AG 1 EA, Graphic Logo for Overall Media Program Optional CLIN 0004 Develop and Produce Alternative Media Products (Info CLIN only) Optional SubCLIN 0004AA 1 EA, Graphic Novel/Comic Book Optional SubCLIN 0004AB 1 EA, T-Shirts and Baseball Caps Optional SubCLIN 0005 Disseminate and Produce Alternative Media Products (Info CLIN only) Optional SubCLIN 0005AA 1 EA, Graphic/Novel/Comic Book
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d4c89bee359114c0cce260ba761d3575&tab=core&_cview=1)
 
Place of Performance
Address: US Embassy Abuja Plot 1075 Diplomatic Drive Abuja NI<br />
Zip Code: 00000<br />
 
Record
SN01647676-W 20080823/080821223205-d4c89bee359114c0cce260ba761d3575 (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.