Skip to main content

An official website of the United States government

You have 2 new alerts

Daily Legislative & Policy Publication Subscription

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Mar 21, 2022 11:06 am EDT
  • Original Published Date: Mar 04, 2022 03:24 pm EST
  • Updated Date Offers Due: Mar 28, 2022 04:00 pm EDT
  • Original Date Offers Due: Mar 28, 2022 04:00 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 02, 2022
  • Original Inactive Date: Apr 02, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: DA10 - IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SOFTWARE AS A SERVICE
  • NAICS Code:
    • 519130 - Internet Publishing and Broadcasting and Web Search Portals
  • Place of Performance:

Description

COMBINED SYNOPSIS/SOLICITATION

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; proposals are being requested and a written solicitation will not be issued.

The solicitation number for this requirement is 9531BM22Q0008. This solicitation is issued as a Request for Quotes (RFQ).

This requirement is issued under full and open competition. The NAICS code for this requirement is 519130, Internet Publishing and Broadcasting and Web Search Portals.

BACKGROUND
The National Transportation Safety Board (NTSB) is an independent Federal agency charged by Congress with investigating every civil aviation accident in the United States and significant accidents in the other modes of transportation -- highway, marine, railroad, and pipeline -- and issuing safety recommendations aimed at preventing future accidents.

DESCRIPTION OF REQUIREMENT

The NTSB has a requirement for a news and legislative tracking service from an authoritative news source on federal and state legislative/regulatory developments and activities, to include those that affect the transportation industry. Such service will enhance the NTSB’s awareness of Congressional, Federal agency, and state government activities and developments affecting the transportation field and thereby increase its ability to advocate for and promote safety recommendations.

PERIOD OF PERFORMANCE

The period of performance is for one (1) base year and up to four (4) option years.

BASIS FOR AWARD

The Government may award one (1) firm fixed-price contract to the responsible contractor whose contract proposal that conforms to the solicitation, will be most advantageous to the Government, price and other non-price factors considered, such that it provides the best value to the Government.  Best value is defined as the procurement process that results in the most advantageous acquisition decision for the Government that is performed through an integrated assessment and trade-off analysis between price and non-price factors.

Review Attachment 1 which is attached hereto and incorporated herein for a detailed description of this requirement.

CLAUSES AND PROVISIONS

Review Attachment 1 which is attached hereto and incorporated herein for to review the applicable clauses and provisions of this requirement.

SUBMISSION OF PROPOSALS

Your proposal must be received no later than 4:00 p.m., Eastern Time (ET), on March 28, 2022.  LATE PROPOSALS MAY NOT BE CONSIDERED in accordance with Federal Acquisition Regulation (FAR) provision 52.212-1, Instructions to Offerors – Commercial Items.

Offers shall be transmitted via email to:

Jassiem A. Hodge Sr.

Email: jassiem.hodge@ntsb.gov

The maximum size of an email, including attachments, which the NTSB email server can accept is 35 megabytes (MB). Therefore, the Contractor may choose to send their proposal in separate emails, if the combined file size of any email received by the NTSB email server will exceed 35MB. Contractors are encouraged to remove excess graphics from their proposals to ensure proposals remain under the file size limit. It is the Contractor's responsibility to ensure that the designated point of contact has received your proposal at the email address of the contact specified above by the proposal due date.

QUESTIONS REGARDING THE COMBINED SYNOPSIS/SOLICITATION

All questions regarding this solicitation shall be directed to Jassiem A. Hodge Sr. via email at the address listed above.  ALL QUESTIONS MUST BE RECEIVED BY 4:00 p.m. EDT ON March 14, 2022.

ELECTRONIC DISSEMINATION OF COMBINED SYNOPSIS/SOLICITATION DOCUMENTS

Access to this solicitation and amendments will be posted on the System for Award Management website: www.sam.gov. All contractors are cautioned that it is your responsibility to frequently check back to the website to ensure that you have received all issued amendments.

Amendment 0001 is posted on 3/21/2022 to respond to the question received before the cut-off for receipt of questions. 

Contact Information

Contracting Office Address

  • 490 LENFANT PLAZA, SW
  • WASHINGTON , DC 20594
  • USA

Primary Point of Contact

Secondary Point of Contact

History