Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

R -- Advertising & Publication

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511120 — Periodical 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, Texas, 78150-4525
 
ZIP Code
78150-4525
 
Solicitation Number
F3PT428078A001
 
Response Due
4/18/2008
 
Point of Contact
Cory L Chandler,, Phone: 210-652-5111, NeldaLopez,, Phone: 210-652-5183
 
E-Mail Address
cory.chandler@randolph.af.mil, nelda.lopez@randolph.af.mil
 
Description
The 12th Contracting Squadron at Randolph AFB intends to award on a sole source basis in accordance with FAR Part 6.302. Award will be made on a sole source basis to National Association of Colleges and Employers (NACE) for a basic plus 3 option years under the Simplified Acquisition Procedures. This announcement constitutes the only notice and solicitation. Quotations are being accepted and a written solicitation will not be issued. This contract is for publication of two (2) full-page advertisements; One (1) full page, four (4) color display and one (1) full-page editorial in the National Association of Colleges and Employers (NACE) through electronic and printed media. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and 13.5 as supplemented with additional information included in this notice. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. The NAICS Code is 511120; size standard 500 employees. NATURE OF ACQUISITION: The Planning Job Choices publication reaches over three hundred thousand readers and the Minority Edition enjoys the largest circulation of any minorities/careers-related publication in the college market. It is distributed on more than 1,700 campuses including: 97 Historically Black Colleges and Universities; 64 Hispanic Serving Institutions; 29 Tribal School; and 744 institutions having a high minority population. Also, the publication must reach accredited college and university campuses and the top 500 employers nationwide in support of Palace Acquire and Copper Cap Programs, Civilian Careers for Headquarters Air Force Personnel Center, Randolph AFB, TX. The proposed sole source is the only known source that can satisfy the Government’s complete requirement because of their ability to provide publications that offers broad distribution capabilities. Our research indicated that other publications target only specific minorities or specific schools; none have the wide-circulation of these publications. CONTRACT TERMS AND CONDITIONS: The following provisions apply: 52.212-3 -- Offeror Representations and Certifications -- Commercial Items. Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://orca.bpn.gov/publicsearch.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR 52.252-1 -- Solicitation Provisions Incorporated by Reference. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil 52.212-1 -- Instructions to Offerors -- Commercial Items The following clauses apply: 52.212-4 -- Contract Terms and Conditions -- Commercial Items. 52.212-4 -- Contract Terms and Conditions -- Commercial Items Addendum. Paragraph (c) of this clause is tailored as follows: (c) Changes. Changes in terms and conditions of this contract may be only made by written agreement of the parties, with the exception of: (1) Administrative changes such as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Paragraph (n) of this clause is tailored as follows: (n) Title. Unless specified elsewhere in this contract, title to items furnished by this contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title of commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing agreement shall prevail in lieu thereof. 52.212-5 -- CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS--COMMERCIAL ITEMS (FEB 2008) (DEVIATION) 52.222-3 -- Convict Labor (JUN 2003) 52.222-19 -- Child Labor—Cooperation with Authorities and Remedies (FEB 2008) 52.222-21 – Prohibition of Segregated Facilities (FEB 1999) 52.222-26 -- Equal Opportunity 52.222-35 -- Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 -- Affirmative Action for Workers with Disabilities 52.222-37 – Employment Reports on Special Disabled Veterans, Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (SEP 2006) 52.222-50 -- Combating Trafficking in Persons 52.225-13 – Restrictions of Certain Foreign Purchases (FEB 2006) 52.232-33 – Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). The full text of this clause may be accessed electronically at: http://farsite.hill.af.mil. 252.204-7004 -- Central Contractor Registration Alternate A 252.212-7000 -- Offeror Representations and Certifications - Commercial Items -- (a) Definitions. As used in this clause - (1) Foreign person means any person other than a United States person as defined in Section 16(2) of the Export Administration Act of 1979 (50 U.S.C. App. Sec. 2415). (2) United States means the 50 States, the District of Columbia, outlying areas, and the outer Continental Shelf as defined in 43 U.S.C. 1331. (3) United States person is defined in Section 16(2) of the Export Administration Act of 1979 and means any United States resident or national (other than an individual resident outside the United States and employed by other than a United States person), any domestic concern (including any permanent domestic establishment of any foreign concern), and any foreign subsidiary or affiliate (including any permanent foreign establishment) of any domestic concern which is controlled in fact by such domestic concern, as determined under regulations of the President. (b) Certification. By submitting this offer, the Offeror, if a foreign person, company or entity, certifies that it - (1) Does not comply with the Secondary Arab Boycott of Israel; and (2) Is not taking or knowingly agreeing to take any action, with respect to the Secondary Boycott of Israel by Arab countries, which 50 U.S.C. App. Sec. 2407(a) prohibits a United States person from taking. (c) Representation of Extent of Transportation by Sea. (This representation does not apply to solicitations for the direct purchase of ocean transportation services). (1) The Offeror shall indicate by checking the appropriate blank in paragraph (c)(2) of this provision whether transportation of supplies by sea is anticipated under the resultant contract. The term "supplies" is defined in the Transportation of Supplies by Sea clause of this solicitation. (2) Representation. The Offeror represents that it - ___Does anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. ___Does not anticipate that supplies will be transported by sea in the performance of any contract or subcontract resulting from this solicitation. (3) Any contract resulting from this solicitation will include the Transportation of Supplies by Sea Clause. If the Offeror represents that it will not use ocean transportation, the resulting contract will also include the Defense Federal Acquisition Regulation Supplement clause at 252.247-7024, Notification of Transportation of Supplies by Sea. 252.212-7001 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with these additional clauses marked: 252.225-7001 – Buy American Act and Balance of Payments Program (JUN 2005) 252.232-7003 -- Electronic Submission of Payment Requests. END OF CLAUSES MARKED FOR 252.212-7001 252-201-7000 – Contracting Officer’s Representative (DEC 1991) 252.243-7001 -- Pricing on Contract Modifications. 5352.201-9101 -- Ombudsman -- (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the AETC ombudsmen, Chief, Business Operations Branch, HQ AETC/A7KB, 2035 First Street West, Randolph AFB TX 78150-4304, 210-652-5815; facsimile 210-652-8348. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. INVOICING INSTRUCTIONS AND PAYMENTS FOR SUPPLIES/SERVICES “INVOICING NOTICE: All invoices must match the CLIN structure on the contract. Failure to have the invoice match the contract may result in a delay in payment and/or rejection of invoice.” Invoices for supplies/services rendered under this contract shall be submitted electronically through Wide Area Work Flow – Receipt and Acceptance (WAWF). The vendor shall self-register at the web site https://wawf.eb.mil. Once registration has been completed, the vendor must notify the appropriate buyer or contracting officer that they’re ready to start using WAWF. Vendor training is available on the internet at http://wawftraining.com. For more information, call 1-866-618-5988. Select the Create Invoice And Receiving Report COMBO within WAWF as the invoice type (destination/destination). The Invoice and Receiving Report COMBO option prepares the Material Inspection and Receiving Report, DD Form 250, and the Invoice at the same time. YOU ARE NOT AUTHORIZED TO USE THE 2N1 OPTION. THE USE OF 2N1 OPTION WILL DELAY PAYMENT. If customer requests copy of invoice, this can be accomplished via E-Mail direct to customer or by attachment to COMBO. Back up documentation (such as delivery receipts, etc.) can be included and attached to the COMBO option invoice in WAWF. Any Microsoft Office product may be attached. The following information is provided for completion of the invoice on WAWF: DD1155 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 14. When Block 14 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 15 SF 1449 Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 15. When Block 15 indicates “See Schedule” use the first six digits of the CIN number listed on the CLIN. Pay DODAAC: See Block 18a SF 33Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 8 Pay DODAAC: See Block 25 SF 26Issuing Office DODAAC: FA3089 Admin DODAAC: FA3089 Ship to DODAAC: See Block 11 Pay DODAAC: See Block 12 NOTE: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C.794d). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self contained, closed products 6. Desktop and portable computers Further information and guidance can be found at <http://www.section508.gov/> The evaluation factors for this provision are as follows: (1) Conformance to the Description of Supplies (Technical Proposal). Technical proposal shall demonstrate an understanding of contract requirements; (2) Past Performance – information should include a list of two (2) of the most recent and relevant past and present contracts performed for Federal Agencies and commercial customers within the last three (3) years and should contain the following information: Contract Number, Description of Contract/Project Effort, Period of Performance, Contract Dollar Value, Name, Title, Current Address, Email Address and Telephone Number of Contracting Officer. Offeror is required to have two (2) clients complete and submit the attached Past Performance Questionnaire to be used for past performance evaluation. (3) Price (Price Proposal)-the firm-fixed price shall be based on open market rates, including any volume or spot discounts A firm-fixed price award will be made to the responsible offeror submitting the proposal that provide the best value to the Government. All responses that meet the criteria contained within will be considered. Interested parties capable of providing the above must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. Responses to this notice shall be provided in writing via e-mail to: Cory Chandler, at cory.chandler@randolph.af.mil and copied to Ms. Nelda Lopez, at nelda.lopez@randolph.af.mil. All response shall be received NLT 12:00 PM CST on 18 Apr 08. Email is the preferred method. Point of Contact: Cory Chandler, Contract Specialist, Phone 210-652-5183, Fax 210-652-2759; Ms. Nelda Lopez, Contracting Officer, Phone 210-652-5131, Fax 210-652-2759.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8752c91ec357850e77b1d6fae6960d6c&tab=core&_cview=1)
 
Place of Performance
Address: Randolph AFB Tx 78150, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN01553958-W 20080417/080415215438-8752c91ec357850e77b1d6fae6960d6c (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  © 1994-2020, Loren Data Corp.