SOLICITATION NOTICE
99 -- Electronic Subscription Services
- Notice Date
- 2/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511210
— Software Publishers
- Contracting Office
- Department of the Army, Defense Contracting Command-Washington, Contracting Center of Excellence, Army Contracting Agency (ACA), Contracting Center of Excellence, Army Contracting Agency (ACA), ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245, Washington, DC 20310-5200
- ZIP Code
- 20310-5200
- Solicitation Number
- W91WAW-09-T-0037
- Response Due
- 2/17/2009
- Archive Date
- 4/18/2009
- Point of Contact
- Nathia Casey, 703-428-0398<br />
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for a commercial service, 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; proposals are being requested and a written solicitation will not be issued. This documented solicitation number for this procurement is W91WAW-09-T-0037 and is issued as a Request for Quote (RFQ). The solicitation and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-24, Defense Acquisition Circular (DAC) 91.13. The North American Industry Classification System (NAICS) code is 511210. This acquisition will be issued as a 100% Small Business Set-a-Side. The size standard is $25.0 million. Contract Line Item (CLIN) 0001Renewal of Electronic Subscription services to Daily Environmental Report (DER) and the Occupational Safety and Health Reporter (OSHR) on DENIX website. Daily Environment Report (DER) shall contain a daily summary of all state, federal, national, and international environmental news and information generated daily. Occupational Safety & Health Reporter (OSHR) is a weekly reference service offering comprehensive and timely coverage of federal and state workplace safety and health programs, full text of proposed and final federal standards, weekly notification of OSHA directives, memorandums, legislation, various notices, regulations, enforcement activities, research, and court decisions including regular coverage of cases before the Occupational Safety and Health Review Commission. The Period of Performance will be a Base Year of 12-months with four (4) 12-month Option Years. Provision at FAR 52.212-1, Instruction to Offerors Commercial Items applies to this acquisition. Request for Quotation (RFQ) should be submitted and shall contain the following information: RFQ Number; TIME SPECIFIED FOR RECEIPT OF OFFERORS; NAME, ADDRESS; TELEPHONE NUMBER OF OFFEROR; ANY DISCOUNT TERMS AND ACKNOWLEDGEMENT OF ALL SOLICITATION AMENDMENTS (if applicable). Signed quotes must indicate quantity, unit price, and total amount for each item. Offerors shall include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Quote shall also contain all other documentation specified herein. PERIOD OF ACCEPTANCE OF OFFERORS: The offeror agrees to hold the prices in its offer firm for 30 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. LATE OFFERS; Request for Quotations or modification of quotes received at the address specified for the receipt of offers after the exact time specified for receipt of offers WILL NOT be considered. EVALUATION/AWARD; IAW FAR 52.212-2, EvaluationCommercial Items, the Government will award a purchase order to the offeror whose price is judged to represent the best value to the Government. All offerors must be Central Contractor Registered (CCR) and online representation and certification application (ORCA) must be activated. ORCA registration for online representation and certification requirements may be viewed via the internet at www.bpn.gov. OFFERORS MAY INCLUDE A COMPLETE COPY OF THE PROVISION AT FAR 52.212-3, OFFEROR REPRENSENTATIONS AND CERTIFICATIONSCOMMERCIAL ITEMS WITH THEIR OFFER, which can be downloaded from the internet or requested in writing via facsimile at 229-257-3547. Offerors that fail to furnish the required representation information via submission or ORCA registration, or reject the terms and conditions of the solicitation, may be excluded from consideration. The listed Federal Acquisition Regulation (FAR) clauses apply to this solicitation and are incorporated by reference. All FAR Clauses may be viewed in full text via the internet at http://farsite.hill.af.mil. FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). Pursuant to FAR Clause 52.212-5 the following clauses are hereby incorporated by reference: FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.233-3, Protest After Award (31 U.S.C. 3553 and 40 U.S.C.759); FAR 52.233-4, Applicable Law for Breach of Contract Claim; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); FAR 52.222-37, Employment Reports on Special Disable Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); FAR 52.222-50, Combating Trafficking in Persons; FAR 52.232-33, Payment by Electronic Funds Transfer; DFARS 252.232-7003, Electronic Submission of Payment Requests; DFARS 204.7003, Basic PII Number; RESPONSE TIME: REQUEST FOR QUOTATION WILL BE ACCEPTED VIA EMAIL. RESPONSES TO THIS COMBINED SYNOPSIS/SOLICITATION MUST BE SIGNED, DATED, AND RECEIVED NO LATER THAN 17 FEBRUARY 2009 @ 1:00 P.M. EASTERN STANDARD TIME, AT THE CONTRACTING CENTER OF EXCELLENCE, 200 STOVALL STREET, ROOM 11S67-47-B, ALEXANDRIA, VIRGINIA 22332. No information or questions concerning this RFQ or request for clarifications will be provided in response to telephone calls. Formal communications such as requests for clarification, information or questions concerning this RFQ shall be submitted in writing, by 9 February 2009 @ 1:00 p.m. Eastern Standard Time, to CaseyNL@conus.army.mil. It is the sole responsibility of the offeror to review the FedBizOps site for any amendments or updates.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=63ef49ecc2313ad8348a97f280cd6d06&tab=core&_cview=1)
- Place of Performance
- Address: Contracting Center of Excellence, Army Contracting Agency (ACA) ATTN: Policy and Compliance, 5200 Army Pentagon, Room 1D245 Washington DC<br />
- Zip Code: 20310-5200<br />
- Zip Code: 20310-5200<br />
- Record
- SN01745862-W 20090208/090206220156-63ef49ecc2313ad8348a97f280cd6d06 (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 |