Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 30, 2017 FBO #5606
SOLICITATION NOTICE

R -- Media Publications Distribution - SOW

Notice Date
3/28/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Army, National Guard Bureau, USPFO for Illinois, Camp Lincoln, 1301 North MacArthur Boulevard, Springfield, Illinois, 62702-2399
 
ZIP Code
62702-2399
 
Solicitation Number
W91SMC-17-Q-2006
 
Archive Date
4/29/2017
 
Point of Contact
Ronald E Witt, Phone: 2177613462
 
E-Mail Address
ronald.e.witt4.mil@mail.mil
(ronald.e.witt4.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
SOW 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. This solicitation W91SMC-17-Q-2006 is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. This procurement is posted for small business concern. Any other than small business will be excluded from the competition. The NAICS code is 519130 and the small business size standard is $32,500,000.00. The following commercial items are requested in this solicitation; CLIN 0001: Web-based application which will distribute real-time distribution of media products at the JFHQ-IL Public Affairs Office in accordance with the attached Statement of Work (SOW) QTY: 1 Unit of Measure: JOB CLIN 0002: Contract Manpower Reporting The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcontractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://contractormanpower.army.pentagon.mil or https://cmra.army.mil/. The required information includes: (1) Contracting Office, Contracting Officer, Contracting Officer's Technical Representative (2) Contract number, including task and delivery order number (3) Beginning and ending dates covered by reporting period (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data (5) Estimated direct labor hours (including sub-contractors) (6) Estimated direct labor dollars paid this reporting period (including sub-contractors) (7) Total payments (including sub-contractors) (8) Predominant Product Service Code (PSC) reflecting services provided by contractor (and separate predominant PSC for each Sub-contractor if different) PSC CODE IS J038 (9) Estimated data collection cost (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information)[W8AJAA] (11) Locations where contractor and sub-contractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) (12) Presence of deployment or contingency contract language (13) Number of contractor and sub-contractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if any) incurred to comply with this reporting requirement. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractor's systems to the secure web site without the need for separate data entries for each required data element at the web site. The specific formats for the XML direct transfer may be downloaded from the web site. Complete this requirement within 30 days from the end of the service or end of each option year. Basis of Award: Best Value will be determined on the Lowest Price Technically Acceptable (LPTA).) Period of Performance: 365 days post award Please submit your quote on a Company Letter Head on FBO. All quotes will be due NLT 14 APR 2:00PM Central Time. If anyone should have any questions, please let me know. Ronald.e.witt4.mil@mail.mil (217) 761-3462 The following provisions and clauses apply to this acquisition: FAR 52.204-7 System for Award Management, FAR 52.204-16 Commercial and Government Entity Code Reporting, FAR 52.204-18 Commercial and Government Entity Code Maintenance, FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations, FAR 52.212-1 Instructions to Offerors--Commercial Items, FAR 52.212-2 Evaluation -- Commercial Items and award will be made to the lowest priced quotation that meets the physical, functional, and performance criteria, FAR 52.212-3 ALT I Offeror Representations and Certifications -- Commercial Items, 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, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-50, 52.223-18, 52.225-13, and 52.232-33, FAR. 52.222-41 Service Contract Labor standards, FAR 52.222-42 Statement of Equivalent Rates for Federal Hires, FAR 52.222-55 Minimum Wages Under Executive Order 13658, FAR 52.223-5 Pollution Prevention and Right to Know Information, FAR 52.223-15 Energy Efficiency in Energy-Consuming Products, FAR 223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts, FAR.223-18 Encouraging Contractor Policy to Ban Text Messaging While Driving, FAR 52.223-20 Aerosols, FAR 52.223-21 Foams, FAR 52.225-13 Restrictions on Certain Foreign Purchases, FAR 52.232-39 Unenforceability of Unauthorized Obligations, FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors, FAR 52.233-3 Protest After Award, FAR 52.233-4 Applicable Law for Breach of Contract Claim, FAR 237-1 Site Visit, FAR 237-2 Protection of Government Buildings, Equipment and Vegetation, FAR 52.252-2 Clauses Incorporated by Reference, FAR 52.252-6 Authorized Deviations in Clauses (if Deviation). DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials, DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights, DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials, 252.204-7008 (Dev 2016-O0001) Compliance with Safeguarding Covered Defense Information Controls, DFARS 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Information, DFARS 252.204-7011 Alternative Line Item Structure, DFARS 252.204-7012 (Dev 2016-O0001) Safeguarding of Unclassified Controlled Technical Information, DFARS 252.204-7015 Disclosure of Information to Litigation Support Contractors, DFARS 252.211-7003 Item Unique Identification and Valuation, DFARS 252.213-7000 Notice to Prospective Suppliers on the Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations, DFARS 252.223-7008 Prohibition of Hexavalent Chromium, DFARS 252.225-7001 Buy American and Balance of Payments Program, DFARS 252.232-7003 Electronic Submission of Payment Requests and receiving reports, DFARS 252.232-7006 Wide Area Workflow Payment Instructions, DFARS 252.232-7010 Levies on Contract Payments, DFARS 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel, DFARS 252.244-7000 Subcontracts for Commercial Items. 252.247-7023 Transportation of Supplies by Sea.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA11/W91SMC-17-Q-2006/listing.html)
 
Record
SN04450107-W 20170330/170328235303-601c23c80230e931f499d9ec9fda3e05 (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.