Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 05, 2012 FBO #3876
SOLICITATION NOTICE

D -- WIRE DISTRIBUTION SERVICES - ATTACHMENT II - PAST PERFORMANCE QUESTIONNAIRE - PRICE/COST SCHEDULE

Notice Date
7/3/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519190 — All Other Information Services
 
Contracting Office
Department of Labor, Office of the Assistant Secretary for Administration and Management, Procurement Services Center, S-4306 200 Constitution Avenue, NW, Washington, District of Columbia, 20210-0001, United States
 
ZIP Code
20210-0001
 
Solicitation Number
DOL121RP21506
 
Archive Date
7/21/2012
 
Point of Contact
Jeanette L.B. Quitoriano, Phone: 2026934570, Antoinette Ingram, Phone: 2026934570
 
E-Mail Address
quitoriano.jeanette@dol.gov, Ingram.Antoinette@dol.gov
(quitoriano.jeanette@dol.gov, Ingram.Antoinette@dol.gov)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT I - PRICE//COST SCHEDULE ATTACHMENT II - PAST PERFORMANCE QUESTIONNAIRE This is a combined synopsis/solicitation for commercial services 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 combined solicitation/synopsis issued under Solicitation Number DOL121RP21506 is issued as a Request for Proposal (RFP) for the acquisition of wire distribution services at the U.S. Department of Labor (DOL), in support of the Office of Public Affairs, (OPA), Room N-6305, 200 Constitution Ave., NW, Washington, D.C. 20210-0001. The period of performance shall consist of a Base of one year and 4 one-year option periods. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. This acquisition is being solicited as Full and Open Competition. The associated NAICS code is 519190, All Other Information Services. The small business size standard is $7.0 Million. The Government intends to award a Firm-Fixed Price contract as a result of this solicitation. APPLICABILITY OF FAR PROVISIONS: The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58 and are hereby incorporated by reference: 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010); 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012); 52.203-13 Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)); 52.219-6 Notice of Total Small Business Set-Aside (Jan 2011) (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2010) (38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2010) (38 U.S.C. 4212); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); 52.202-1 Definitions (Jul 2004); 52.203-5 Covenant Against Contingent Fees (Apr 1984); 52.203-6 Restrictions on Subcontracting Sales to the Government (Sep 2006); 52.203-7 Anti-Kickback Procedures (Oct 2010); 52.232-1 Payments Apr 1984); 52.233-3 Protest After Award (Aug 1996); 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004); 52.244-6 Subcontracts for Commercial Items (Dec 2010); 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010); 52.204-6 Data Universal Numbering System (DUNS) Number (Apr 2008); 52.215-1 Instructions to Offerors - Competitive Acquisition (Jan 2004); 52.222-24 Pre-award on-site Equal Opportunity Compliance Evaluation (Feb 1999); 52.237-1 Site Visit (Apr 1984); 52.217-5 Evaluation of Options (Jul 1990); 52.217-6 Option for Increased Quantity (Mar 1989); 52.217-8 Option to Extend Services (Nov 1999); 52.217-9 Option to Extend the Term of the Contract (Mar 2000); 52.219-1 Small Business Program Representations (Apr 2011); 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.237-3 Continuity of Services (Jan 1991); 52.216-24 Limitation of Government Liability; 52.216-25 Contract Definitization; 52.223-13 Certificate of Toxic Chemical Release Reporting; 52.223-14 Toxic Chemical Release Reporting; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran-Certification; 52.243-3 Changes - Time and Materials or Labor Hours; 52.244-6 Subcontracts for Commercial Items52.246-6 Inspection - Time and Material and Labor Hour; 52.212-2 Evaluation - Commercial Items (Jan 1999); 52.252-2 Clauses Incorporated By Reference (FEB 1998): DOLAR 2952.201-70 Contracting Officer's Technical Representative (COTR) (May 2004). As prescribed in DOLAR 2901.603.71, Ms. Sarah G. Harding, of the Office of Public Affairs, Division of Audio Visual Communication Services, is hereby designated to act as Contracting Officer's Technical Representative (COTR) also known as Contracting Officer's Representative (COR) under this contract. The COTR is responsible, as applicable, for receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract, providing technical direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual scope of work, evaluating performance, and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If, as a result of technical discussions, it is desirable to alter/change contractual obligations or the scope of work, the contracting officer must issue such changes. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998); SUBMISSION OF PROPOSALS : Documents submitted in response to this solicitation must be fully responsive to and consistent with the requirements of the solicitation. Failure to comply with all the requirements of the solicitation may result in the offer to being considered unacceptable for award. Offers are due no later than 12:00 NOON (ET) on Monday, July 16, 2012 via FedEx or other method of delivery to the address shown below. However, if the offeror intends to use EXPRESS POSTAL MAIL SERVICE, it is recommended to have delivery scheduled for one to two days BEFORE the due date of the solicitation. Packages arriving through the postal service are screened and are opened prior to receipt at Office of Procurement Services (OPS). These actions and other uncertain delays are probable and outside the control of OPS. Any package received by OPS through postal channels after the due date will be returned to the offeror in the same condition in which it was received. The contents will not be evaluated and therefore be ineligible for award. Because of heightened security measures, HANDCARRIED PROPOSALS ARE NOT ENCOURAGED. Electronic submission of proposals is permitted provided that the proposal is not to exceed 10 pages. Submission of offers is to be sent to: U.S. Department of Labor, Attention: Jeanette L.B. Quitoriano, Office of Procurement Services (OPS), 200 Constitution Ave., N.W., Room S-4307, Washington, D.C. 20210-0001. Responses to the solicitation must be submitted in FOUR SEPARATE VOLUMES. Volume I - Technical Proposal ; Technical Proposals will be adjectivally rated as either Outstanding, Acceptable or Unacceptable, against each of the evaluation factors set forth in the solicitation. Volume II - Business/Cost Proposal - The offer shall include with their business/cost proposal a cover letter that must be signed by an official authorized to bind the offeror and shall agree to hold the prices in its proposal firm for 60 calendar days from the RFP response due date, unless another time period is specified in an addendum to the solicitation. The offeror shall submit pricing in the format as illustrated in the attached SF1449, ATTACHMENT I. Volume III - Solicitation, Offer and Award Documents and Certifications/ Representations. The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2012), with its proposal. An authorized official of the firm shall fill-in and sign SF 1449 and all certifications requiring original signature. VOLUME IV - Past Performance: The offeror shall submit three (3) past performance information of current or previous contracts within the past three (3) years immediately preceding the issuance of this solicitation to be considered Recent. Relevancy is described in detail in Addendum 52.212-2. The offeror shall submit past performance of current or previous contracts based on how well the contractor performed on projects of similar dollar value, scope, and complexity. Past performance information must include name of agency serviced or being serviced, name, telephone number and e-mail address of agency point of contact; contract number, value of contract, nature of work performed, and the period of performance. Offerors are advised that the Government may use past performance information obtained from centralized past performance databases and sources other than those identified by the offeror and the information obtained may be used for both the responsibility determination and the best value decision. The absence of past performance data will be rated neither favorably nor unfavorably. Contracts listed may include those entered into with Government agencies or private sectors. For contractors with no relevant corporate past performance, the Government may take into account information regarding the past performance of predecessor companies, key personnel with relevant past performance, or subcontractors that will perform key aspects of the requirement. The Government will evaluate the Past Performance elements specified in the Past Performance Questionnaire, Attachment II. Offerors shall distribute the questionnaire included in the solicitation as an attachment to their references so the form can be completed and submitted directly to the Government. The completed questionnaire shall be sent via e-mail to quitoriano.jeanette@dol.gov. QUESTIONS : If the offeror is uncertain as to any requirements of the specification(s), such questions should be directed to the Contracting Officer. Questions should be submitted via e-mail to quitoriano.jeanette@dol.gov and should make reference to the paragraph number and the page of the solicitation in which the reference appears. Questions must be received no later than 1:00 PM (ET) on Wednesday, July 11, 2012. Questions which are not submitted in writing or are submitted after 1:00 PM on July 11, 2012 will not be addressed. Responses to the questions submitted, if/as appropriate, the questions submitted will be responded to via an amendment to the solicitation only, which will be posted on FEDBIZOPPS. Offerors are encouraged to monitor the FedBizOpps for any information associated to this RFP. ADDITIONAL INFORMATION: NO TELEPHONE INQUIRIES WILL BE ACCEPTED. The RFP does not commit the Government to pay for any costs incurred in the submission of proposals or to contract for the services. The Contracting Officer is the only individual who can commit the Government to the expenditures of public funds in connection with this procurement. STATEMENT OF WORK : B ACKGROUND : The Department of Labor, Office of Public Affairs' (OPA's) mission is to plan, develop and distribute information to the media and the public about the Department of Labor's laws, policies, programs and activities. Media communication sources include print, electronic and social media. In order to accomplish its mission in an era of 24/7 news cycles, OPA must be able to distribute press releases and media advisories in a timely and efficient manner. OPA currently contracts with an external service to distribute about 150 news releases, media advisories and news statements annually to a standard package of wire services that also includes a variety of other top public interest media outlets and websites. Using this process, employees upload each request to a dedicated, secure website by completing a simple form. Within minutes, a phone call is received from a service representative to confirm details, after which the document is distributed. For media advisories, there is an option to exclude from the distribution any sites that can be viewed by the general public. SCOPE OF WORK : 1). WIRE DISTRIBUTION : The contractor shall demonstrate capability to distribute news releases, media advisories and news statements to a comprehensive list of national wire services, with the option to exclude public websites on a case-by-case basis if these are included in a standard package. The contractor shall demonstrate ability to provide personalized (with merge field capability) e-mailing capability to targeted media with DOL logos. Users should be able to specify what email address the communication will come from. 2. PERFORMANCE : The contractor shall provide users with troubleshooting and customer service support. The contractor shall provide DOL and the Contracting Officer's Representative (COR) with a single point-of-contact for all contract administration questions and performance related matters. 3. TRAINING : The contractor shall provide an interactive on-line training module for new users in the National and Regional OPA Offices. A live in-person trainer shall be provided to conduct initial session(s) and provide ongoing assistance, as needed, throughout the year. The contractor shall provide DOL with a minimum 30-day notification for any significant changes or alterations to the wire distribution service, which would require further user training. TECHNICAL EVALUATION CRITERIA : 1. Technical Approach - The Offeror shall submit a proposal that delineates their technical ability and relevant expertise to perform the work described in the Statement of Work (SOW). This is a critical evaluation sub factor. The offeror's proposal of this sub factor is limited to ten pages. 2. Sample Demonstration/Oral Presentation - The offeror shall provide a sample, live, in-person demonstration and oral presentation of their wire distribution services as well as the on-line training module for new users. The offeror's demonstration shall be made in such as manner as to accommodate both National and Regional Office members of the Technical Evaluation Panel (TEP). The offeror's demonstration/oral presentation shall not exceed one hour in length. 3. Relevant Experience - The offeror shall list their experience in offering wire distribution services. The offeror's list is limited to one page. BASIS OF AWARD : The award will be made to the vendor whose offer is determined to be the best overall value to the Government, price and other non-cost factors considered. Technical performance and price are equally important. However, price will become significantly important as technical ratings approach equality. The Period of Performance for this requirement will be as follows: Base Year: August 4, 2012 - August 3, 2013 Option Year 1: August 4, 2013 - August 3, 2014 Option year 2: August 4, 2014 - August 3, 2015 Option year 3: August 4, 2015 - August 3, 2016 Option year 4: August 4, 2016 - August 3, 2017
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOL/OASAM/WashingtonDC/DOL121RP21506/listing.html)
 
Place of Performance
Address: United States Department of Labor, Frances Perkins Building, Office of Public Affaiirs, 200 Constitution Ave., NW, Washington, District of Columbia, 20210, United States
Zip Code: 20210
 
Record
SN02793648-W 20120705/120703235837-4024b94bf26b2789c0031fc4da6fbbb8 (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.