Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 06, 2003 FBO #0709
SOURCES SOUGHT

76 -- Books, maps and other publications

Notice Date
11/4/2003
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Combat Command, 1st CONS, 74 Nealy Avenue, Suite 100, Langley AFB, VA, 23665
 
ZIP Code
23665
 
Solicitation Number
FA4800-04-R-0001
 
Response Due
12/3/2003
 
Point of Contact
Suzanne Blagg, Contract Administrator, Phone 757-764-4766, Fax 757-764-7447, - Yolanda Felder, Contracting Officer, Phone 757-764-5520, Fax 757-764-7447,
 
E-Mail Address
suzanne.blagg@langley.af.mil, yolanda.felder@langley.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quote are being requested and a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. (Solicitation FA 4800-04-R-0001 is issued as a Request for Quote using Simplified Acquisition Procedures found in FAR Part 13. This solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 2003-05. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. The 1st Contracting Squadron has a requirement to publish a base guide and map for publication and delivery to Langley AFB , VA. We are requesting quotes from publishers desiring to compete for a 1 year contract with renewal options of 1 year for a total of 6 years to publish the annual Base Guide, beginning with first installment publication in February 2004. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition and includes the following addenda: Add the following paragraph (b)(12), Each perspective contractor shall submit their signed and dated quote (signed by an official authorized to bind your organization in a contract) in one original to 1st Contracting Squadron, Attn: Suzanne Blagg, 74 Nealy Ave., Langley AFB, VA 23665, FAX; 757-764-7447. The contractor shall submit a list of recent (past 3 to 5 years) and relevant past performance references, a minimum of three completed past performance questionnaires (see Attachment II) must be provided but not to exceed ten total questionnaires. References must be within the last three to five years starting with Government contracts first. The past performance information should include; contract number, date, description of service, point of contact, telephone and fax numbers. Proposals are due on December 3, by 3 pm EST and must reference the solicitation number on the outside of your package for identification purposes. Additionally, quotes must include samples of publications products/literature already in existence the company feels meets the requirements of the Statement of Work (attachment I). Quotes should include separate written narrative of capability, limited to five (5) standard 8.5 X 11 sheets. Provision at FAR 52.212-2 Evaluation?Commercial Items (JAN 1999), applies to this acquisition with the following inserted information at paragraph (a) The government will award a contract resulting from this solicitation to the responsible contractor whose quote conforming to the solicitation will be most advantageous to the Government. The Government may award a contract on the basis of initial quotes received without discussion. Therefore, each initial quote should contain the publisher?s best terms from the ability to meet the selection criteria and provide the Government the best possible service and product. The following factors will be used to evaluate quotes: (i) Experience, past performance, particular experience in publishing this type of publication, evidence of quality workmanship as demonstrated by samples provided in quote (ii) Convenience of communication between the publisher and the Public Affairs office. Distance, use of computer equipment, ease of communication (iii) Capability, quality of photo reproduction, color and black and white; variety of type fonts and screens available; quality of paper stock; availability of spot color on request (iv) Ability to meet the contract requirements, current workload, number of copies to be delivered and ability to deliver the guide and map on time, ability to meet or beat deadlines established in the contract with respect to other work. (v) Unique additional products offered by the publisher, i.e. map tear sheets. All the factors shall be of equal importance. The government reserves the right to request oral presentations to allow an opportunity for dialogue in order for the government to adequately evaluate aspects of the quotation and ability to perform. If oral presentations are requested, the Government will identify the area where clarifications are desired. The slide presentations should be supplemented with written materials to document the presentation. These media will become part of the evaluation documentation and the Government reserves the right to incorporate any part of, or all into any resulting contract. An on-site visit of the contractor?s plant may be conducted to determine the ability to perform. Since exchange of rights constitutes the consideration in a civilian enterprise publication contract, and the best obtainable product and service in exchange for those rights shall be the primary criteria for selection. Proposals shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications?Commercial Items (JUNE 2003), and DFARS 252.212-7000, Offeror Representations and Certifications-Commercial Items (NOV 1995), with his/her offer. A copy of the Certifications and Representatives can be found at the following website: http://www.arnet.gov. Clause 52.212-4, Contract Terms and Conditions?Commercial Items (OCT 2003) is hereby incorporated by reference. Clause 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items (OCT 2003) is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract: 52.217-9 Right to Exercise Option, 52.222-3 Convict Labor , 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Erab 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.232-33 - Payment by Electronic Funds Transfer--Central Contractor Registration. 52.233-3 Protest After Award, 52.247-34 F.O.B Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses, 252.204-7004 Required Central Contractor Registration, 52.253-1 Computer Generated Forms, 52.225-1 Buy American Act-Balance of Payments Program ? Supplies. Additional Contract Terms and Conditions applicable to this procurement are Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisitions of Commercial Items (NOV 2001) are hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract 252.204-7003. and 252.204-7004. All FAR clauses and provisions may be reviewed and/or obtained from the Air Force FAR website at Internet address: http://farsite.hil.af.mil. The Defense Priorities and Allocation Systems (DPAS) assigned rating for this procurement is unrated. Responsible sources may submit a quote that shall be considered. Any questions in regard to this solicitation must be submitted in writing no later than 15 days from posting of this solicitation or they may not be considered.
 
Place of Performance
Address: Langley AFB, VA
Zip Code: 23665
Country: United States
 
Record
SN00464304-W 20031106/031104212620 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.