Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2011 FBO #3520
SOLICITATION NOTICE

D -- Federal Documentation and Analyses Services - SOW

Notice Date
7/13/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of Labor, Office of the Inspector General, Frances Perkins Building, 200 Constitution Avenue, NW, Room S5020, Washington, District of Columbia, 20210
 
ZIP Code
20210
 
Solicitation Number
DOL11GRQ20062
 
Archive Date
9/30/2011
 
Point of Contact
Romeo Merenov, Phone: 202-693-5183, Paula Miller-Sheelor, Phone: 2026937050
 
E-Mail Address
merenov.romeo@oig.dol.gov, miller-sheelor.paula@OIG.dol.gov
(merenov.romeo@oig.dol.gov, miller-sheelor.paula@OIG.dol.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation (synopsitation) 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; proposals are being requested and a written solicitation will not be issued. SOLICITATION: The solicitation number is DOL11GRQ20062 and is issued as a request for quotation (RFQ). NAICS: Associated NAICS Code is 519130. Due to the specific nature of the requirement, no set-aside is established for this solicitation. DESCRIPTION: The US Department of Labor, Office of Inspector General (US DOL/OIG) has a requirement for multi-facet informational coverage spanning Presidential, Senatorial, House and Committee news, events, actions related to current and future bills. Additional information is provided in the attached SOW. LINE ITEMS: A list of requested services is provided in the attached Statement of Work (SOW). Each of the bulleted items within the SOW should be provided as a separate line item to the maximum extent possible in order to allow full customization of services for individual offices within OIG. PERIOD OF PERFORMANCE: Period of Performance (POP) of the resulting Blanket Purchase Agreement (BPA) shall be 60 months from the date of award. Performance under individual Task Orders placed against the BPA will vary in length based on the successful offeror's proposal or negotiated terms. SOLICITATION CLAUSES. This solicitation incorporates the following clauses which will not be included in the award document, but will remain applicable by reference: 52.212-1 Instructions to Offerors -- Commercial, applies to this acquisition and a statement regarding any addenda to the provision. 52.212-2 Evaluation -- Commercial Items 52.212-3 Offeror Representations and Certifications -- Commercial Items, 52.212-4 Contract Terms and Conditions -- Commercial Items, 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JAN 2011) AWARD CLAUSES: The resulting award document shall include the following clauses: 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items (JAN 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor--Cooperation with Authorities and Remedies (JUL 2010) 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-26 Equal Opportunity (Mar 2007) 52.222-35 Equal Opportunity for Veterans (SEP 2010) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) 52.252-2 Clauses Incorporated By Reference 52.217-6 Option for Increased Quantity (MAR 1989) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.233-1 Disputes (JUL 2002)) ADDITIONAL INFORMATION: The resulting BPA shall be accomplished as a Firm-Fixed Price award and will not include any contract financing or progress payment terms. QUOTE SUBMISSION: All final quotes must be submitted no later than 3:00 PM EST on 18 July 2011. Electronic submission of quotes is preferred (MS Word, MS Excel, Adobe (.pdf) are acceptable). However, a hardcopy quote is acceptable. It is the vendor's responsibility to ensure that the quote is successfully received by the Government Point of Contact listed below. QUOTE EVALUATION: Award will be made on a Best Value basis to the offeror who proposes the most advantageous offer to the government based on evaluation of technical and cost factors: •1. Technical Factors •a. Technical Approach: Offerors will be expected to provide a capabilities statement and high level overview of an approach satisfying the scope for this SOW. •b. Effective Communication: Offerors will be expected to provide clearly written materials in response to this SOW that demonstrate effective communication skills in a concise manner. •2. Cost Factors •a. Cost Realism: The proposed cost will be evaluated to determine whether or not the proposed amount, based on the contractor's technical proposal, is realistic. The OIG claims authority to include or exclude line items based on availability of funds. •b. Price Reasonableness: The proposed cost will also be compared to quotes received, historical data, or established market prices for same or similar services to determine whether or not the proposed price is determined to be fair and reasonable. •3. Past Performance: •a. Offerors must show capability and past experience in supporting organizations for similar requirements. No specific number of customers supported or years of experience is identified for this acquisition. However, sufficiency of past performance and experience will be determined by the Contracting Officer based on the complexity and magnitude of past projects. Significance of Technical Factors shall be equal to Cost Factors. If two or more offers received are determined to be technically equal, price may become the determining factor for award. Past Performance will be reviewed and may be used as a determining factor for award if two or more offerors are equal in technical and cost factors. POINT OF CONTACT: The primary POC for this solicitation is and quotes should be sent to: Romeo Merenov 202-693-5183 (o) 202-693-7020 (f) merenov.romeo@oig.dol.gov US Department of Labor Office of Inspector General ATTN: Ro Merenov Room S-5506 200 Constitution Ave. NW Washington, DC 20210-0002
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OIG/WashingtonDC/DOL11GRQ20062/listing.html)
 
Place of Performance
Address: US Department of Labor, Office of Inspector General, Room S-5506, Washington, District of Columbia, 22302, United States
Zip Code: 22302
 
Record
SN02497760-W 20110715/110713235408-45636010e2decc8f1a7b8eb2a217004a (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.