Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2024 SAM #8305
SOLICITATION NOTICE

S -- The Financial Times support for NDU

Notice Date
8/21/2024 2:15:26 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
722310 — Food Service Contractors
 
Contracting Office
NAVSUP FLT LOG CTR NORFOLK NORFOLK VA 23511-3392 USA
 
ZIP Code
23511-3392
 
Solicitation Number
N0018924QZ412
 
Response Due
8/23/2024 2:00:00 PM
 
Archive Date
09/07/2024
 
Point of Contact
Daniel Moore 215-697-5181 Daniel Moore, Phone: 215-697-5181, Email: daniel.moore3@navy.mil
 
E-Mail Address
Daniel.moore3@navy.mil
(Daniel.moore3@navy.mil)
 
Description
THIS IS A SINGLE SOURCE, COMBINED SYNOPSIS/SOLICITATION. This is a combined synopsis/solicitation for commercial items prepared in accordance with the information in FAR Subpart 12.6, using the Simplified Acquisition Procedures found at FAR Part 13, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk (FLCN), Contracting Department, Detachment Philadelphia hereby provides notice of its intent to award a firm-fixed-price (FFP) purchase order to a single source: The Financial Times LTD. (CAGE: U0HL6), Bracken House 1 Friday Street London EC4M 9BT United Kingdom. The Government intends to solicit and negotiate with ONLY ONE SOURCE under the authority of FAR 13.106-1(b), Soliciting from a Single Source. The RFQ number is N00189-24-Q-412. This synopsis/solicitation documents and incorporates provisions and clauses in effect through FAC 2005-88 and DFARS Publication Notice 20160607. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: https://www.acquisition.gov/far/ and http://www.acq.osd.mil/dpap/dars/dfarspgi/current/index.html. The NAICS code is 513210 and the Small Business Standard is $47 Million. CLIN 0001: Financial Times Site License (FFP, 1 Each) CLIN 1001: Financial Times Site License - Opt I (FFP, 1 Each) CLIN 2001: Financial Times Site License - Opt II (FFP, 1 Each) This requirement is being processed on behalf of the National Defense University (NDU). The contractor shall provide Online Site License subscriptions for the NDU Colleges. The specific minimum characteristics required by NDU for the website content include the following: 1) the online data-base should include unbiased, non-partisan, original published desk research, with subject matter experts to produce strategic analysis crafted using the tools of intelligence analysis and 2) the website shall include a trusted and reliable source of robust and high-level open source financial analysis to meet the minimum needs and requirements of the faculty, staff, and students and of the NDU curriculum. The subscription period will last for twelve (12) months starting 30 September 2024. Additional information pertinent to this posting is provided herein as an attachment and includes, but is not limited to, the following: line item information for quoting purposes, an Equipment List and a copy of all clauses and provisions applicable to this synopsis/solicitation. The proposed contract action is for commercial supllies for which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1. Interested parties may identify their interest and capability to respond to the requirement. THIS NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTES. However, interested parties may identify their interest and capability to respond to this requirement no later than 19 August, 1500 Eastern Standard Time (EST). A determination not to compete this requirement, based upon responses to this notice, is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency; however, only supplies meeting the NDU�s requirements will be considered for award. The Government will NOT be responsible for any costs incurred by interested parties in responding to this notice of intent. Only written responses will be considered; all responses from responsible sources will be fully considered. As a result of analyzing responses to this notice of intent, the Government shall determine whether a competitive solicitation will be issued. Any prospective contractor must be registered in the System for Award Management (SAM) in order to be eligible for award. Registration is free and can be completed on-line at http://www.sam.gov/. Interested parties are encouraged to furnish information. No documents submitted will be returned. By submitting capability information, the contractor is self-certifying that neither the requestor nor the principal corporate officials and owners are currently suspended, debarred, or otherwise ineligible to receive contracts from any federal agency. This procurement is for Electronic and Information Technology (EIT). Effective June 25, 2001, the Federal Government implemented Section 508 of the Rehabilitation Act of 1973, Amendments of 1998 (29 U.S.C. S 794(d)). Section 508 requires that the federal Government only acquire electronic and information technology goods and services that provide for access by persons with disabilities. Therefore, to the extent supplies and services are available in the commercial marketplace, the contractor is required to meet the relevant accessibility standards contained in 36 C.F.R. Part 1194 (Subpart B). For further information see http://www.section508.gov. All interested parties shall submit clear and convincing documentation demonstrating their capabilities to satisfy the requirements listed above to Contract Specialist Daniel Moore by email at Daniel.moore3@navy.mil. The capability documentation should include general information and technical background describing in detail the prospective contractor�s capabilities and experience that will demonstrate the ability to support these requirements.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a148571b97564fb3b583f0db31bdd2be/view)
 
Record
SN07179798-F 20240823/240821230124 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.