Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2004 FBO #0997
SOLICITATION NOTICE

T -- AETC Library Books

Notice Date
8/17/2004
 
Notice Type
Solicitation Notice
 
NAICS
511130 — Book Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F7HQSV41950400
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Anthony Smith, Contract Specialist, Phone 210-652-5117, Fax 210-652-2759, - Susan Brett-Farnsworth, Contract Specialist, Phone 210-652-5187, Fax 210-652-2759,
 
E-Mail Address
anthony.smith@randolph.af.mil, Susan.Brett-Farnsworth@randolph.af.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. Award is contingent upon the availability of funds. The government intends to award a sole source requirement to Bound-To-Stay-Bound. Purchase Request Number F7HQSV41950400 is issued as a request for quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-07. The NAICS Code is 511130; size standard 500 Employees. This requirement is for Books, prebound and reinforced in accordance with national book binding institute (ANCI) standards, for use in AETC Libraries. The requirement includes processing and cataloging; preprocessed to include electronic cataloging data in Machine Readable Records (MARC) format via disk or electronic dowload, laminate or cover book jacket, and production and affixing spine labels. Note: List of libraries and books provided upon request. Award will be made using Simplified Acquisition Procedures. Therefore, the evaluation procedures at FAR 13.106-2 will be used. A firm-fixed price award will be made to the responsible offeror submitting the quote that provides the best value to the Government. Interested parties capable of providing the above must submit a written price quote to include discount terms and cage code. All responses will be considered, but must be submitted on the requirement included in this synopsis. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the DoD Central Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you may apply at http://www.ccr.dlsc.dla.mil. Responses to this notice shall be provided in writing via e-mail to TSgt Anthony J. Smith or TSgt Susan Brett-Farnsworth at anthony.smith2@randolph.af.mil or susan.brett-farnsworth@randolph.af.mil no later than 24 Aug 04, 2:30 P.M. (CT). Offerors must also include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications?Commercial Items which can be obtained at http://farsite.hill.af.mil/ The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The following clauses also apply: 52.212-4 Contract Terms and Conditions-Commercial Items. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties, with the exception of: (1) Administrative changes such as changes in the paying office, appropriation data, etc. (2) No cost amended shipping instructions (ASI) if?(A) The ASI modifies a unilateral purchase order, and (B) The contractor agrees verbally or in writing, (3) Any change made before work begins if?(A) The change is within scope of the original order, (B) The contractor agrees; (C) The modification references the contractor?s verbal or written agreement. 52.212-5, Contract Terms and Conditions ? Commercial Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items with these additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal Numbering System; 52.204-7004, Required Central Contractor Registration; and 52.252-2, Clauses Incorporated by Reference (Feb 1998). In addition, DFAR 252-212-7001 with these additional clauses being applicable: 252.225-7007, Buy American Act-Trade Agreements-Balance of Payments Program; 252.227-7015, Technical Data?Commercial Items; 252.204-7004, Required Central Contractor Registration; and 252.232-7009, Payment by Electronics Funds Transfer.
 
Place of Performance
Address: 1880 W MORTON AVE, JACKSONVILLE, IL
Zip Code: 62650-2697
Country: USA
 
Record
SN00645368-W 20040819/040817212147 (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.