The RFP Database
New business relationships start here

MSIC Production Printing and Photography Support Services


Alabama, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

The Virginia Contracting Activity, on behalf of the Missile and Space Intelligence Center (MSIC), Building 4545, Fowler Road, Redstone Arsenal, AL 35898-5500 intends to purchase services, as listed in the attached Statement of Work.

The Government intends to award one Fixed-Price contract to the offeror that submits the lowest price, technically acceptable proposal. The Government will evaluate the pricing for the base period and all option periods when determining the lowest price. Evaluation of the option periods shall not obligate the Government to exercise the options. Per FAR 52.212-2, the Government reserves the right to make award without discussions.


The award will consist of a 12-month Base Period and Four 12-month Option Periods. The award's CLINs will be structured as listed below:
CLIN 0001 Base Period Photography Services Labor 760 hrs
CLIN 0002 Base Period Production Printing Labor 600 hrs


CLIN 1001 Option Period One Photography Services Labor 760 hrs
CLIN 1002 Option Period One Production Printing Labor 600 hrs
CLIN 2001 Option Period Two Photography Services Labor 760 hrs
CLIN 2002 Option Period Two Production Printing Labor 600 hrs
CLIN 3001 Option Period Three Photography Services Labor 760 hrs
CLIN 3002 Option Period Three Production Printing Labor 600 hrs
CLIN 4001 Option Period Four Photography Services Labor 760 hrs
CLIN 4002 Option Period Four Production Printing Labor 600 hrs


In order to be eligible for award, contractors must propose cleared part time personnel to meet the required number of hours identified in the SOW. The personnel must have clearances in compliance with paragraph 6 of the SOW and the attached Draft DD254. Proposals must include personnel names, current clearance information, proposed position identified, qualifications, and include a fixed labor rate for the base period and all option periods. Social Security Numbers will be required if personnel proposed are not listed in the MSIC/DIA database of current cleared personnel.


The following FAR provisions and clauses are applicable to this solicitation and are incorporated by reference: 52.212-1 Instructions to Offerors - 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; 52.217-5 Evaluation of Options; 52.217-8 Option to Extend Services; ¬52.219¬¬- 6 Notice of Total Small business Set-aside; 52. 247-34 FOB Destination; 52.222-41 Service Contract Labor Standards; 52.237-2 Protection of Government Buildings, Equipment and Vegetation.


The following DFARS clauses and provisions apply to this solicitation and are incorporated by reference: 252.212-7001 Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items.


The following DARSI clauses and provisions apply to this solicitation and are attached to this synopsis: 1052.232-90 Invoice Procedures and Payment Fixed Price Contracts (MAR 2014). NOTE: in order to submit invoices electronically to NSA, you must have the necessary External Certificate Authority/Interim External Certificate Authority (ECA/IECA) PKI Certificate. Please see the attached clause for details.


Place of performance will be MSIC facilities located at: 4545 Fowler Rd., Redstone Arsenal, AL 35898.
All offerors interested in submitting an offer must email their proposals to Major Alex Wallace at alex.wallace@msic.dia.mil NLT 11:00 AM 12 November 2014. Only E-MAILED proposals will be accepted.


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Part 12 as supplemented with additional information included in this posting. This announcement constitutes the only solicitation. Proposals are requested and a written solicitation will not be issued. Solicitation number 105-0010-15-Z is issued as a Request for Proposal. The NAICS code is 541921 and the business size standard for this NAICS is $7.5M. This solicitation is a 100% small business set-aside. Only small businesses will be considered for award. All prospective offerors must have a Commercial and Government Entity (CAGE) code and be registered with the System for Award Management (SAM) at www.sam.gov.


Alex C. Wallace, Phone 2563137625, Email alex.wallace@msic.dia.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP