Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 10, 2005 FBO #1200
SOLICITATION NOTICE

R -- Survey theses of former School of Advanced Air & Space Studies classes; compile a series of 8 books, resultant from the theses' review/study.

Notice Date
3/8/2005
 
Notice Type
Solicitation Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
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
Reference-Number-F73AUS50281100SAASS
 
Response Due
3/15/2005
 
Archive Date
3/30/2005
 
Small Business Set-Aside
Total Small Business
 
Description
In conjunction with "Special Notice" posted 25 Feb 05/Reference Number F73AUS50281100: This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. Purchase Request number F73AUS50281100 is issued as a Request for Quote (RFQ) using Simplified Acquisition Procedures under the Test Program for Certain Commercial Items found at FAR Subpart 13.5. The solicitation document and incorporate provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-26 (19 January 2005) and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20050222. It is the offeror?s responsibility to be familiar with applicable clauses and provisions. The NAICS code for this solicitation is 561410 with a size standard of 7338. This acquisition is100% set-aside for small business concerns. The School of Advanced Air and Space Studies (SAASS) has a requirement for a historian to conceive of a series of commercial publications originating from the theses of former Advanced Air and Space Studies (SAASS) students. STATEMENT OF OBJECTIVES (SOO): The individual should conceive a series of book-length compilations of related theses; series to be eight (8) books, each comprised of approximately four (4) to eight (8) SAASS students? theses approximately 300 pages. GENERAL INFORMATION: The first compilation will center on Unmanned Aerial Vehicles (UAVs); choose best SAASS thesis on UAVs; gain permission from author(s); write introduction, edit theses to publishable content and format. Propose working title of both series and first volume to SAASS Commandant. Write publicity ?blurb? for the series and UAV volume (black jacket). Proof galleys from publisher. DELIVERABLES/DELIVERY SCHEDULE: (1) receipt of proposed series with working title, 29 Mar 05; (2) receipt of manuscript for UAV volume with introduction and conclusion, 1 May 05; and (3) receipt of reviewed publication galleys, 15 Jun 05. Delivery is FOB Maxwell AFB AL. Invoice Procedure. The total price of the purchase order may be paid in increments upon acceptable completion of deliverables. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certification?Commercial Items (May 2004), 52.212-3, Alternate I (Apr 2002). Clauses and provisions may be accessed via the internet, http://farsite.hill.af.mil. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order; FAR 52.212-1, Instructions to Offerors, Commercial Item (Jan 2004) applies to this acquisition. Submit a signed and dated quote with company name, address, phone number, e-mail address, and point of contact. The contractor must be registered in the Central Contractor Registration database. QUOTATION PREPARATION INSTRUCTIONS: To assure timely and equitable evaluation of quotes, offerors must comply with the instructions contained herein. Noncompliance may raise doubt regarding an offeror?s performance capabilities and may be grounds to eliminate the quote from consideration for contract award. Quotes must be complete, self-sufficient, and respond directly to the requirement of the RFQ. The response shall consist of two sections: (1) Price and (2) Past Performance. The Government intends to evaluate quotes and award a purchase order without discussions with offerors. Therefore, initial quote should contain the offeror?s best terms from a price standpoint. Submitted documents must be fully responsive to and consistent with the requirement of this RFQ. (A) Price Quote: The offeror must provide a price for the each deliverable listed above (i.e., (1), (2), & (3)); (B). Past Performance: Please submit at least two references that can provide relevant past performance information. Relevant information is the same or a similar type service as described in this combined synopsis/solicitation. Past performance information, must include contract number, points of contact with telephone numbers and other information the offeror deem relevant for same or similar service described in this combined synopsis/solicitation. BASIS FOR AWARD: Award will be based upon price and past performance. Each offeror?s quoted price will be evaluated for reasonableness. Price will always be an important factor; therefore, offerors should make diligent efforts to control costs and submit fairly priced quotes. Past performance will be evaluated based on relevancy (size/scope/complexity), quality of product/service, timeliness of delivery/performance and business relations (customer service). To be considered for award an offeror must have a satisfactory or better past performance record based upon information available to the contracting officer. The Contracting Officer shall assign one of the following Performance Confidence Assessment Ratings (PCAR) for each offeror: Rating Description High Confidence Based on the offeror?s performance record, the government has high confidence the offeror will successfully perform the required effort. Significant Confidence Based on the offeror?s performance record, the government has significant confidence the offeror will successfully perform the required effort. Satisfactory Confidence Based on the offeror?s performance record, the government has confidence the offeror will successfully perform the required effort. Normal contractor emphasis should preclude any problems. Unknown Confidence No performance record is identifiable. Little Confidence Based on the offeror?s performance record, substantial doubt exists that the offeror will successfully perform the required effort. No Confidence Based on the offeror?s record, extreme doubt exists that the offeror will successfully perform the required effort. Award may be made to other than the low offeror when, after evaluating past performance, the contracting officer determines it to be in the government?s best interest. The clause at FAR 52.212-4, Contract Terms and Conditions?Commercial Items (Oct 2003), is incorporated into this RFQ; and is addended to add the following clauses; FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000); and FAR 52.204-7, Central Contractor Registration (Oct 2003). FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Jan 2005) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.219-6, Notice of Total Small Business Set Aside (June 2003); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Apr 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers With Disabilities (June 1998); 52.222-37, Employment Report on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.225-13, Restrictions on Certain Foreign Purchases (Dec 2003); 52.232-33, Payment by Electronic Funds Transfer?Central Contractor Registration (Oct 2003). DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Order (June 2004) applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.232-7003, Electronic Submission of Payment Requests, Jan 2004); 252.243-7002, Request for Equitable Adjustment (Mar 1998). The following DFARS clauses are hereby incorporated into this solicitation: 252.225-7002, Qualifying Country Sources and Subcontractors (Apr 2003); 252.232-7003, Electronic Submission of Payment Requests (Jan 2004). DFARS 252.204-7004, Alternate A (Nov 2003). The Defense Priorities and Allocations System rating is C9E. A due date for offers will be 3:00 p.m. Central Daylight Time (DCT) 15 March 2005. Offers may be mailed to 42nd Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB AL 36112-6334 or faxed to 334-953-2198, Attn: Ms Marie Lauderdale, or emailed to marie.lauderdale@maxwell.af.mil, reference the purchase request number. Please e-mail or fax any questions/comments to Ms Marie Lauderdale (fax and e-mail information above.)
 
Place of Performance
Address: Maxwell AFB AL and any other location determined by the person(s) performing the task.Customer will not be responsible for contractor's travel to locations other than Maxwell AFB AL. Travel to Maxwell AFB AL will be negotiated in contract price.
Zip Code: 36112
Country: USA
 
Record
SN00764547-W 20050310/050308212036 (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.