Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2011 FBO #3528
SOLICITATION NOTICE

76 -- Newspaper/magazine - purchase and delivery service - Package #1

Notice Date
7/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, AC Remote Sensing (ACR), NGA Reston, 12310 Sunrise Valley Dr, MS: P150, Reston, Virginia, 20191, United States
 
ZIP Code
20191
 
Solicitation Number
HM0210-11-T-0003
 
Archive Date
8/16/2011
 
Point of Contact
Eula M. Miller, Phone: (571) 557-3245
 
E-Mail Address
eula.m.miller@nga.mil
(eula.m.miller@nga.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation package with contract clauses and Statement of Work The National Geospatial-Intelligence Agency (NGA) has a requirement to receive five newspaper titles and one weekly magazine. The titles for the five hardcopy newspaper and one weekly magazine are: New York Times, Washington Post, USA Today, Washington Times, Wall St. Journal and the Economist magazine. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and 13.106, 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 solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-52. This requirement is being set aside for small businesses and competed solely through the Government Point of Entry (www.fbo.gov). The specific requirement and associated contract clauses are included with this synopsis/solicitation and are viewable via the attached documentation. Offerors must sign in to the FBO website to view the attachment. All vendors interested in submitting a quote for consideration should do so, prior to the solicitation closing date, via E-MAIL ONLY to the point of contact(s) listed in this solicitation. Quotes not submitted via e-mail will NOT be evaluated. All quote submissions should be in accordance with the stipulations set forth below: 1. This solicitation is a Request for Quotes and is set aside for small businesses. Quotes from Other than Small Business (OSB) shall not be considered. 2. All vendors must propose the NAICS code 424920 with a size standard of 100 as specified in the solicitation. Those vendors who submit a quote not in accordance with the NAICS code will be eliminated from the competition. 3. Quotes shall be based upon open market pricing. All discounts offered shall be stated in the quote. 4. NGA intends to issue a firm fixed price purchase order for this effort. The expected period of performance is a base period of twelve (12) months with four (4) one year option periods. The offer shall breakout the price for each CLIN. 5. The technical requirements are detailed in the Statement of Work (Attachment 1). The Offer shall provide a statement of its capabilities. THE OFFEROR MUST ALSO STATE IN THE QUOTE THAT IT CAN SUCCESSFULLY COMPLETE EACH OF THE REQUIREMENTS AS STATED IN THE STATEMENT OF WORK SECTIONS 2.0 AND 3.0 INCLUDED IN THE SOLICITATION TO BE CONSIDERED TECHNICALLY ACCEPTABLE. 6. Award will be made on an all-or-none basis with only one award made. Award shall be made to the offeror that submits the lowest price technically acceptable (LPTA) quote. 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). 7. All items shall be delivered fob destination to the location stated in the solicitation in accordance with the delivery schedule cited therein. All delivery charges shall be included in the quoted price. 8. Payment will be made based on the submission of invoices. Invoicing will be allowed on a monthly basis at the end of the month. No more than 1/12 of the total cost per CLIN will be billed per month. 9. Submissions should not contain attachments greater than 10MB in size. Such submissions may be excluded. 10. All questions shall be submitted by EMAIL ONLY, directed to Contract Specialist Ms. Eula Miller at Eula.M.Miller@nga.mil. The submission deadline for questions is July 26, 2011 by 4:00PM (Eastern Daylight Time). All questions (and their answers) will be posted on the FBO website to provide equal access to information for all potential offerors. 11. All offerors should submit a completed version of 52.209-5 Certification Regarding Responsibility Matters (attached), 52.212-3, Offeror Representations and Certifications (attached), and 252.212-7000 Offeror Representations and Certifications - Commercial Items (attached) as part of their submission. 12. Vendors must be approved and registered on the Central Contractor Registration (www.ccr.gov) before award can be made. 13. This RFQ does not commit the Government to pay for any costs incurred in the submission of quotes or to contract for the supply or services requested herein.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/57ed873092f1c9d4d33b4ff8f2f584cb)
 
Place of Performance
Address: 7500 GEOINT Drive, Springfield, Virginia, 22150, United States
Zip Code: 22150
 
Record
SN02507010-W 20110723/110721235937-57ed873092f1c9d4d33b4ff8f2f584cb (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.