Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 15, 2007 FBO #2027
MODIFICATION

76 -- Monograph Books and Related Material

Notice Date
6/13/2007
 
Notice Type
Modification
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of Agriculture, Agricultural Research Service, Acquisition and Property Division, Acquisition Branch (MD), 5601 Sunnyside Avenue, Building 3, Mailstop: 5116, Beltsville, MD, 20705, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
AG-3K06-S-07-0004
 
Response Due
7/13/2007
 
Archive Date
7/28/2007
 
Point of Contact
Alvenia (Kris) Pitts, Contract Specialist, Phone 301-504-1713, Fax 301-504-1717, - Alvenia (Kris) Pitts, Contract Specialist, Phone 301-504-1713, Fax 301-504-1717,
 
E-Mail Address
kpitts@ars.usda.gov, kpitts@ars.usda.gov
 
Description
Amendment 05- This solicitation (AG-3K06-S-07-0004) is hereby issued as a Request for Proposal (RFP). All responsible sources may submit a proposal which will be considered by the agency. IV. 52.233-2 SERVICE OF PROTEST (AUG 1996) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the General Accounting Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from Alvenia K. Pitts, USDA/ARS/AFM/APD, 5601 Sunnyside Ave., Beltsville, MD 20705-5116. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. V. ADDENDA TO FAR 52.212-1 Instructions to Offerors ? Commercial Items (JAN 2005) A. Offer Submission and Due Date Offers, both technical and price, are due by 2pm E.D.T., July 13, 2007 and shall be delivered by: Email (preferred) to kpitts@ars.usda.gov , fax to (301) 504-1717, or postal service or express service to: USDA/ARS/AFM/APD, ATTN: Alvenia k. Pitts, Contracting Officer 5601 Sunnyside Ave. Mail Stop 5116, Room 3-2126C Beltsville, MD 20705-5116. B. 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a Firm Fixed Price contract resulting from this solicitation. C. Additional Information For additional information, please contact Alvenia K. Pitts, Contracting Officer at (301) 504-1713. D. Special Instructions 1. Instructions for Submission of Proposal ? General: If mailing, submit one (1) original and four (4) copies of the Technical and Business/Price Proposal, signed by an official authorized to bind the Offerors proposals , shall be submitted so as to be received not later than the time and date at the location specified in Section V.A. 2. Instructions for Submission of Technical Proposal: The Offeror shall submit a technical proposal describing, at a minimum, the following: Technical Proposal: Provide a written detailed technical approach describing how the objectives of the ?Statement of Work?(SOW) will be achieved and managed from a technical standpoint. The offerors discussion shall follow the format of the SOW. Offerors shall include information to support Electronic Data Interchange (EDI) and Voyager capability and certification compliance, which is critical to meeting the requirements of the SOW. This capability includes demonstrating electronic ordering and invoice functionality with the Voyager System. Identify plans and methods used to meet the requirements of the ?Statement of Work?. The offerors shall identify the name and location of a central point of contact that will manage shipping and invoicing requirements. This includes items not in the offeror?s inventory stock. The technical approach shall not exceed eight (8) pages in length. The proposal shall discuss warranties offered. Offerors shall include samples of all required reports in attachment I and II., to include all pertinent information required by the solicitation. Attachment III-Monographs and Related Material by Subject Area are the categories for which books and related services will be ordered. Past Performance and Experience: Offerors shall include past performance information for at least three (3) contracts for which your firm has performed within the past five (5) years. Include the name, telephone and fax number and email addresses of three references that can substantiate satisfactory past performance. Offerors shall include information demonstrating professional, successful technical expertise providing the same or similar service to other scientific, research or academic libraries comparable to NAL. Explain how the experience is relevant to this requirement and how it will be used to benefit the resulting contract. Past performance information may be obtained from other sources known to the government. 3. Instructions for Submission of Price Proposal Price Proposal: Offeror shall complete I.A ?Schedule of Service for the base year and all options years. Offerors are encouraged to propose prices and discount rates offered their most favored customer for the same or similar items and comparable quantities. The price for each period of performance shall include all federal, state and local taxes. Offerors shall include in Section I.A a flat rate charge for special shipping and handling and discount rates for each period of performance. Describe the formula used to determine your discount rates. Offerors shall also include their tax ID and DUNs numbers in their offer. VI. 52.212-2 EVALUATION ?COMMERCIAL ITEMS (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate offers: Understanding the Requirements and Technical Approach and Past Performance is more important than price in determining contract award. All evaluation factors other than price, when combined are significantly more important than price. The Contracting Officer shall determine what trade?off between technical and price promises to be the best value to the Government, price and other factors considered. As offeror?s technical proposals becomes more equal, price may become the determining factor. The following factors shall be used to evaluate offers and are in the descending order of importance: Understanding the Requirements and Technical Approach: The proposal will be evaluated to determine the degree to which the proposal meets the ?Statement of Work (SOW)? and other solicitation requirements. This includes understanding and identifying the difficulty and complexity of the SOW requirements; and providing services in a responsive and timely manner. Offerors will be evaluated on their overall approach to managing the required service. All samples will be evaluated for compliance with the Attachment I and II. Offerors will be evaluated for Electronic Data Interchange (EDI) and Voyager capability and certification compliance. Warranties will be evaluated for compliance with commercial standards. Past Performance and Experience: It will include a review of the offeror?s relevant history of reasonable and cooperative behavior and commitment to customer satisfaction, in addition to the offeror?s businesslike concerns for the interest of the customer. The degree to which an offeror?s record demonstrates conformance to the ?Statement of Work?, standards of good workmanship and adherence to delivery and price schedules. Price: Offerors? proposed prices in Section I.A will be evaluated by multiplying the quantities by the unit or per item price to derive a total estimated line item price. All estimated line item prices will be added to determine the total estimated price for each period of performance. The discount rates will be evaluated by multiplying the estimated quantities by the estimated cost per book times the proposed discount rate to derive the discounted amount for each line item for each period of performance for evaluation purposes only. The estimated cost of each book for evaluation purposes is as follows: Base Period - $80.00, Option Year I - $84.80, Option Year II - $89.89, Option Year III - $95.28, Option Year IV - $101.00 and Option Year V - $107.06. The estimated cost per book applies to the Approval and Firm Order lines items only. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer?s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. VII. OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS ON-LINE REPRESENTATIONS AND CERTIFICATIONS (ORCA) Ref: FAR 52.212-3 Vendors are directed to complete all representations and certifications on line by registering with the Business Partner Network at http://www.bpn.gov. Vendors who do not have access to the internet or feel they need additional internet help should contact the Contracting Officer issuing this solicitation. VIII. AUTHORIZED NEGOTIATORS The Offeror shall identify those persons authorized to negotiate under the resultant Contract: _______________________________________ ____________________ Name Title Date _______________________________________ ____________________ Name Title Date _______________________________________ ____________________ Name Title Date
 
Place of Performance
Address: NAL, TSD, Acquisitions & Serials Branch, 10301 Baltimore Avenue, Room 002, Beltsville, MD
Zip Code: 20705-5000
Country: UNITED STATES
 
Record
SN01317450-W 20070615/070613220439 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.