Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 11, 2003 FBO #0744
MODIFICATION

76 -- Law Book State Codes

Notice Date
12/9/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F13JAS32511500
 
Response Due
1/5/2004
 
Archive Date
1/20/2004
 
Point of Contact
Meljoelyn Gardner, Contract Specialist, Phone 334-953-5861, Fax 334-953-2198,
 
E-Mail Address
meljoelyn.gardner@maxwell.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. F13JAS32511500 is issued as a request for quotation (RFQ). This solicitation is issued as a RFQ using simplified acquisition procedures under the test program for certain commercial items found at FAR Part 13.5. Submit written quotes (oral offers will not be accepted), on RFQ F13JAS32511500. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2001-16, Effective 31 October 2003 and Defense Acquisition Circular DCN 20031114. North American Industrial Classification 511130 applies to this procurement with a size standard of 500 employees. This procurement is being issued as an unrestricted acquisition; both small and large businesses may submit quotes. The Air Force Legal Services Agency, Legal Information Systems (AFLSA/JAS) has a requirement for subscriptions to the annotated codes of various states as specified herein: CLIN 0001 Alabama (Quantity 1 each estimated), CLIN 0002 Alaska (Quantity 3 each estimated), CLIN 0003 Arizona (Quantity 2 each estimated), CLIN 0004 Arkansas (Quantity 1 each estimated), CLIN 0005 California (Quantity 6 each estimated), CLIN 0006 Delaware (Quantity 1 each estimated), CLIN 0007 District of Columbia (Quantity 3 each estimated), CLIN 0008 Florida (Quantity 5 each estimated), CLIN 0009 Georgia (Quantity 3 each estimated). CLIN 0010 Idaho (Quantity 1 each estimated), CLIN 0011 Illinois (Quantity 4 each estimated), CLIN 0012 Indiana (Quantity 1 each estimated), CLIN 0013 Iowa (Quantity 1 each estimated), CLIN 0014 Kentucky (Quantity 1 each estimated), CLIN 0015 Louisiana (Quantity 1 each estimated), CLIN 0016 Maryland (Quantity 4 each estimated), CLIN 0017 Massachusetts (Quantity 1 each estimated), CLIN 0018 Minnesota (Quantity 1 each estimated), CLIN 0019 Mississippi (Quantity 3 each estimated), CLIN 0020 Missouri (Quantity 3 each estimated), CLIN 0021 Nevada (Quantity 1 each estimated), 0022 New Mexico (Quantity 3 each estimated), CLIN 0023 North Carolina (Quantity 2 each estimated), CLIN 0024 North Dakota (Quantity 2 each estimated), CLIN 0025 Oklahoma (Quantity 3 each estimated), CLIN 0026 South Carolina (Quantity 2 each estimated), CLIN 0027 South Dakota (Quantity 1 each estimated), CLIN 0028 Tennessee (Quantity 1 each estimated), CLIN 0029 Texas (Quantity 12 each estimated), CLIN 0030 Utah (Quantity 1 each estimated), CLIN 0031 Virginia (Quantity 5 each estimated), CLIN 0032 Washington (Quantity 2 each estimated), CLIN 0033 Wisconsin (Quantity 2 each estimated), and CLIN 0034 Wyoming (Quantity 1 each estimated). Option Year One: CLIN 1001 Alabama (Quantity 1 each estimated), CLIN 1002 Alaska (Quantity 3 each estimated), CLIN 1003 Arizona (Quantity 2 each estimated), CLIN 1004 Arkansas (Quantity 1 each estimated), CLIN 1005 California (Quantity 6 each estimated), CLIN 1006 Delaware (Quantity 1 each estimated), CLIN 1007 District of Columbia (Quantity 3 each estimated), CLIN 1008 Florida (Quantity 5 each estimated), CLIN 1009 Georgia (Quantity 3 each estimated), CLIN 1010 Idaho (Quantity 1 each estimated), CLIN 1011 Illinois (Quantity 4 each estimated), CLIN 1012 Indiana (Quantity 1 each estimated) CLIN 1013 Iowa (Quantity 1 each estimated), CLIN 1014 Kentucky (Quantity 1 each estimated), CLIN 1015 Louisiana (Quantity 1 each estimated), CLIN 1016 Maryland (Quantity 4 each estimated), CLIN 1017 Massachusetts (Quantity 1 each estimated), CLIN 1018 Minnesota (Quantity 1 each estimated), CLIN 1019 Mississippi (Quantity 3 each estimated), CLIN 1020 Missouri (Quantity 3 each estimated), CLIN 1021 Nevada (Quantity 1 each estimated), CLIN 1022 New Mexico (Quantity 3 each estimated), CLIN 1023 North Carolina (Quantity 2 each estimated), CLIN 1024 North Dakota (Quantity 2 each estimated), CLIN 1025 Oklahoma (Quantity 3 each estimated), CLIN 1026 South Carolina (Quantity 2 each estimated), CLIN 1027 South Dakota (Quantity 1 each estimated), CLIN 1028 Tennessee (Quantity 1 each estimated), CLIN 1029 Texas (Quantity 12 each estimated), CLIN 1030 Utah (Quantity 1 each estimated), CLIN 1031 Virginia (Quantity 5 each estimated), CLIN 1032 Washington (Quantity 2 each estimated), CLIN 1033 Wisconsin (Quantity 2 each estimated), and CLIN 1034 Wyoming (Quantity 1 each estimated). Option Year Two: CLIN 2001 Alabama (Quantity 1 each estimated), CLIN 2002 Alaska (Quantity 3 each estimated), CLIN 2003 Arizona (Quantity 2 each estimated), CLIN 2004 Arkansas (Quantity 1 each estimated), CLIN 2005 California (Quantity 6 each estimated), CLIN 2006 Delaware (Quantity 1 each estimated), CLIN 2007 District of Columbia (Quantity 3 each estimated), CLIN 2008 Florida (Quantity 5 each estimated), CLIN 2009 Georgia (Quantity 3 each estimated), CLIN 2010 Idaho (Quantity 1 each estimated), CLIN 2011 Illinois (Quantity 4 each estimated), CLIN 2012 Indiana (Quantity 1 each estimated) CLIN 2013 Iowa (Quantity 1 each estimated), CLIN 2014 Kentucky (Quantity 1 each estimated), CLIN 2015 Louisiana (Quantity 1 each estimated), CLIN 2016 Maryland (Quantity 4 each estimated), CLIN 2017 Massachusetts (Quantity 1 each estimated), CLIN 2018 Minnesota (Quantity 1 each estimated), CLIN 2019 Mississippi (Quantity 3 each estimated), CLIN 2020 Missouri (Quantity 3 each estimated), CLIN 2021 Nevada (Quantity 1 each estimated), CLIN 2022 New Mexico (Quantity 3 each estimated), CLIN 2023 North Carolina (Quantity 2 each estimated), CLIN 2024 North Dakota (Quantity 2 each estimated), CLIN 2025 Oklahoma (Quantity 3 each estimated), CLIN 2026 South Carolina (Quantity 2 each estimated), CLIN 2027 South Dakota (Quantity 1 each estimated), CLIN 2028 Tennessee (Quantity 1 each estimated), CLIN 2029 Texas (Quantity 12 each estimated), CLIN 2030 Utah (Quantity 1 each estimated), CLIN 2031 Virginia (Quantity 5 each estimated), CLIN 2032 Washington (Quantity 2 each estimated), CLIN 2033 Wisconsin (Quantity 2 each estimated), and CLIN 2034 Wyoming (Quantity 1 each estimated). Option Year Three: CLIN 3001 Alabama (Quantity 1 each estimated), CLIN 3002 Alaska (Quantity 3 each estimated), CLIN 3003 Arizona (Quantity 2 each estimated), CLIN 3004 Arkansas (Quantity 1 each estimated), CLIN 3005 California (Quantity 6 each estimated), CLIN 3006 Delaware (Quantity 1 each estimated), CLIN 3007 District of Columbia (Quantity 3 each estimated), CLIN 3008 Florida (Quantity 5 each estimated), CLIN 3009 Georgia (Quantity 3 each estimated), CLIN 3010 Idaho (Quantity 1 each estimated), CLIN 3011 Illinois (Quantity 4 each estimated), CLIN 3012 Indiana (Quantity 1 each estimated) CLIN 3013 Iowa (Quantity 1 each estimated), CLIN 3014 Kentucky (Quantity 1 each estimated), CLIN 3015 Louisiana (Quantity 1 each estimated), CLIN 3016 Maryland (Quantity 4 each estimated), CLIN 3017 Massachusetts (Quantity 1 each estimated), CLIN 3018 Minnesota (Quantity 1 each estimated), CLIN 3019 Mississippi (Quantity 3 each estimated), CLIN 3020 Missouri (Quantity 3 each estimated), CLIN 3021 Nevada (Quantity 1 each estimated), CLIN 3022 New Mexico (Quantity 3 each estimated), CLIN 3023 North Carolina (Quantity 2 each estimated), CLIN 3024 North Dakota (Quantity 2 each estimated), CLIN 3025 Oklahoma (Quantity 3 each estimated), CLIN 3026 South Carolina (Quantity 2 each estimated), CLIN 3027 South Dakota (Quantity 1 each estimated), CLIN 3028 Tennessee (Quantity 1 each estimated), CLIN 3029 Texas (Quantity 12 each estimated), CLIN 3030 Utah (Quantity 1 each estimated), CLIN 3031 Virginia (Quantity 5 each estimated), CLIN 3032 Washington (Quantity 2 each estimated), CLIN 3033 Wisconsin (Quantity 2 each estimated), and CLIN 3034 Wyoming (Quantity 1 each estimated). Option Year Four: CLIN 4001 Alabama (Quantity 1 each estimated), CLIN 4002 Alaska (Quantity 3 each estimated), CLIN 4003 Arizona (Quantity 2 each estimated), CLIN 4004 Arkansas (Quantity 1 each estimated), CLIN 4005 California (Quantity 6 each estimated), CLIN 4006 Delaware (Quantity 1 each estimated), CLIN 4007 District of Columbia (Quantity 3 each estimated), CLIN 3008 Florida (Quantity 5 each estimated), CLIN 3009 Georgia (Quantity 3 each estimated), CLIN 4010 Idaho (Quantity 1 each estimated), CLIN 4011 Illinois (Quantity 4 each estimated), CLIN 4012 Indiana (Quantity 1 each estimated) CLIN 4013 Iowa (Quantity 1 each estimated), CLIN 4014 Kentucky (Quantity 1 each estimated), CLIN 4015 Louisiana (Quantity 1 each estimated), CLIN 4016 Maryland (Quantity 4 each estimated), CLIN 4017 Massachusetts (Quantity 1 each estimated), CLIN 4018 Minnesota (Quantity 1 each estimated), CLIN 4019 Mississippi (Quantity 3 each estimated), CLIN 4020 Missouri (Quantity 3 each estimated), CLIN 4021 Nevada (Quantity 1 each estimated), CLIN 3022 New Mexico (Quantity 3 each estimated), CLIN 3023 North Carolina (Quantity 2 each estimated), CLIN 4024 North Dakota (Quantity 2 each estimated), CLIN 4025 Oklahoma (Quantity 3 each estimated), CLIN 4026 South Carolina (Quantity 2 each estimated), CLIN 4027 South Dakota (Quantity 1 each estimated), CLIN 4028 Tennessee (Quantity 1 each estimated), CLIN 4029 Texas (Quantity 12 each estimated), CLIN 4030 Utah (Quantity 1 each estimated), CLIN 4031 Virginia (Quantity 5 each estimated), CLIN 4032 Washington (Quantity 2 each estimated), CLIN 4033 Wisconsin (Quantity 2 each estimated), and CLIN 4034 Wyoming (Quantity 1 each estimated). Delivery requirement is 30 days from issuance of Delivery Order. Submittal of quotes must include basic period and four one-year option periods, please email Point of Contact (POC) on synopsis/solicitation for price schedule and statement of work (SOW). Contractor shall ship all ordered publications to the delivery address specified in the delivery order when issued. All prices shall include shipping and handling costs. All prices shall include every type of update to the subscriptions such as extension volumes, supplementary pamphlets, pocket parts, and new or revised editions. The Government reserves the right to award each State to the offeror whose proposals provides the best value for the CLINS applicable to that State. Each State will be awarded to only one offeror. The Contractor shall supply and/or update a paper publication containing the full text of the entire state code and the entire state constitution. Each CLIN above is for an estimated quantity. There is no guarantee minimum. Each order will specify a quantity. Books must be delivered FOB destination to various locations and in various configurations within the United States and overseas. Period of performance for basic period shall be date of award, through 30 September 2004. Option Year One, the period of performance shall be 1 October 2004 through 30 September 2005. Option Year Two, the period of performance shall be 1 October 2005 through 30 September 2006. Option Year Three, the period of performance shall be 1 October 2006 through 30 September 2007. Option Year Four, the period of performance shall be 1 October 2007 through 30 September 2008. All firms or individuals responding must be registered with the Central Contractor Registration (CCR www.ccr.dlis.dla.mil). The provisions at FAR 52.212-1 (Oct 2003), Instructions to Offerors--Commercial Items applies to this acquisition. Offers must include a completed copy of provisions at FAR 52.212-3--Offeror Representation and Certifications--Commercial Items (June 2003), Alternate I (Apr 2002), DFARS 252.212-7000 Offeror Representation and Certifications--Commercial Items (Nov 1995), and DFARS 252.225-7000 Buy American Act--Balance Payments Program Certificates (Sep 1999) with the quotation. The government will award one or more contracts to the responsible offeror(s) whose offer conforms to the solicitation and Statement of Work and provides the best value to the Government, considering (in order of priority) price, technical, and past performance.Contract will be a firm fixed priced requirement contract. Clauses and Provisions may be accessed via the Internet, http://farsite.hill.af.mil or www.arnet.far.gov. The clauses at FAR 52.212-4, Contract Terms and Condition--Commercial Items (Oct 2003), apply to this acquisition, and addenda to add the following clauses: FAR52.204-4, Printed on Copied Double-sided on recycled paper, FAR 52.216-18 Ordering (Oct 1995), FAR 52.216-19 Order Limitations (Oct 1995), FAR 52.216-21 Requirements (Oct 1995), FAR 52.217-9 (Mar 2000) Option to Extend the Term of the Contract, FAR 52.232-18 Availability of Funds. FAR 52.212-5, Contract Terms and Conditions Required to Implement following additional FAR clauses under paragraph (b) are applicable, FAR 52.203-6, Restrictions on Subcontractors Sales to the Government, with Alternate I. FAR 52,219-8 Utilization of Small Business Concerns, FAR 52.219-4 Notice of Price evaluation of Preference for Hub-zone Small Business Concerns, FAR 52.222-21 Prohibition of Segregated Facilities, FAR52.222-26 Equal Opportunity, FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, FAR 52.222-19 Child Labor Corporation with Authorities and Remedies; FAR 52.225-13 Restrictions on Certain Foreign Purchases Privately Owned U.S. Flag Commercial Vessels. DFARS Clause 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Oct 2003). The following DFARS clauses under paragraph (a) and (b) are applicable: FAR 52.203-3 Gratuities, DFARS 252.225-7001 Buy American Act and Balance of Payment Program, DFARS 252.225-7012 Preference for Certain Domestic Commodities, DFARS 252.232-7003 Electronic Submission of Payment Requests, DFARS 252.243-7002 Request for Equitable Adjustments, DFARS 252.247-7023 Transportation of Supplies by Sea, DFARS 252.204-7004 Required Central Contractor Registration and DFARS 252.225-7002 Qualifying Country Sources as Subcontractors are also applicable. The clause from MAXWELL 98 Basis of Award (Mar 2002) applies to this acquisition, which states: Contract will be made upon negotiating a fair and reasonable price and a determination that the offeror is responsible in accordance with FAR 19.1. The price may not exceed the fair market price. Offers may be mailed to 42nd Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATTN: Amn Meljoelyn M. Gardner, faxed to 334-953-2198, or emailed to meljoelyn.gardner@Maxwell.af.mil. A Statement of Work, price schedule, and delivery configuration is available for this acquisition, please email Meljoelyn Gardner for a copy of these documents. Quotations must meet all instructions set forth in this solicitation and the Statement of Work including submission of a fully completed bid schedule and three references on past performance.(Deadline for receipt of quotes is close of business 5 January 2004).
 
Place of Performance
Address: 50 Lemay Plaza South BLDG 804 LGCB3, Maxwell AFB, AL
Zip Code: 36112-6334
Country: USA
 
Record
SN00484018-W 20031211/031209211959 (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.