Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2008 FBO #2478
SOLICITATION NOTICE

T -- One (1) manuscript detailing the history of the Intercontinental Ballistic Missile (ICBM) Program

Notice Date
9/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
711510 — Independent Artists, Writers, and Performers
 
Contracting Office
Department of the Air Force, Air Force Space Command, 21CONS (Bldg 982), Base Support Flight, 700 Suffolk Street, STE 1200, Peterson AFB, Colorado, 80914-1200
 
ZIP Code
80914-1200
 
Solicitation Number
FA2517-08-BOOK
 
Archive Date
9/25/2008
 
Point of Contact
Barbara M Leo, Phone: 7195567509, Diane M Chinea,, Phone: 719-556-4894
 
E-Mail Address
barbara.leo@peterson.af.mil, diane.chinea@peterson.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A NOTICE OF A SOLE SOURCE ACQUISITION: I. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplement 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. II. This solicitation is issued as a request for proposal. Submit written proposals (to include price for quote for all CLINS) reference number FA2517-08-BOOK. III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-20. IV. This solicitation is a small business set-aside. V. This combined synopsis / solicitation is for the following commercial items: One (1) manuscript detailing the history of the Intercontinental Ballistic Missile (ICBM) Program VI. Requirements; see description below. VII. Commodity is to be delivered to HQ AFSPC/HO, 150 VANDERBERG ST STE 1105, Peterson AFB, CO 80914-4290, FOB destination. VIII. FAR 52.212-1, Instructions to Offerors - Commercial Items (Jan 2004), applies to this capability statement describing qualification to perform requirements listed in V and VI. IX. FAR 52.212-1 Instruction to Offeror- Commercial Items (JAN 1999), applies to this acquisition. A contract will be awarded to the vendor using the following criteria to determine best value to the government: best value and meets capability requirements listed in V and VI. X. The offeror must have completed the ONLINE Representations and Certification Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2004). The web site address is https://orca.bpn.gov/ XI. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2003), applies to this acquisition. XII. FAR 52.212-5(Dev), Contract Terms and Conditions Required To Implementation Statutes Or Executive Orders - Commercial Items (JUNE 2004). Additional FAR 52.212-5 clauses cited in the clause applicable to this acquisition are ___ (5) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). ___ (14) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). ___ (15) 52.219-28, Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)). ___ (16) 52.222-3, Convict Labor (June 2003)(E.O. 11755). ___ (17) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2007) (E.O. 13126). ___ (18) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). ___ (19) 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246). ___ (20) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006)(38 U.S.C. 4212). ___ (26) 52.225-1, Buy American Act--Supplies (June 2003)(41 U.S.C. 10a-10d). ___ (31) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Aug 2006) (42 U.S.C. 5150). XIII. The following clauses are also applicable to this acquisition: 52.204-7, Central Contractor Registration; 52.204-9, Personal Identity Verification of Contractor Personnel; 52.212-2, Evaluation - Commercial Items; 52.252-2, Clauses Incorporated by reference; 252.204-7004 Alt A, Required Central Contractor Registration; 252-212-7001 (Dev), Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.232-7003, Electronic Submission of Payment Requestes;52.222-22, Previous Contracts ands Compliance Reports; 52.233-3, Protest After Award; 52.243-1, Changes-fixed price, DFARS 53.252.232-9101, Ombudsman. 52.217-8 -- Option to Extend Services. 52.217-9 -- Option to Extend the Term of the Contract, 252.219-7009 8(a) Direct. XIV. DPAS is not applicable. XV. No numbered notes. XVI. Quotes are required to be received no later then 12:00 pm MST, Wednesday, September 10, 2008. XVII. Provide the following: Address; phone numbers; DUNS number; CAGE code; tax ID; itemized quote; product information; statement that ORCA has been completed (see Para X above). Quotes shall be delivered via email to Barbara.Leo@peterson.af.mil or fax to 719-556-7900. XVIII. Please direct any questions regarding this solicitation to Lt.Barbara M Leo at 719-556-7509 or e-mail at Barbara.Leo@peterson.af.mil Manuscript Requirements : The contractor will provide a scholarly, academic, quality book on the subject of the history of the Air Force ICBM program in the form of a narrative, analytical historical manuscript, thoroughly researched and footnoted in a professional manner. It will continue the story of the Air Force ICBM program that began with Jacob Neufeld's Ballistic Missiles in the United States Air Force, 1945-1960, summarizing the general subjects covered in Neufeld's volume but not repeating that research and writing. The manuscript will be an original narrative comprised of a chapter-by-chapter history including, but not limited to, an introduction, background chapter, summaries of Atlas Titan ICBM operations and, subsequent chapters on the Minuteman I Intercontinental Ballistic Missile (ICBM) Program, the Minuteman II ICBM Program, the Minuteman III ICBM Program, and the Peacekeeper ICBM Program, as well as a concluding chapter. The manuscript will address three principle areas: the acquisition issues significant to the Air Force ICBM program, organizational developments associated with the Air Force ICBM Program, and the deployment and operation of the Air Force's ICBM Program. Deliverables : A. A production schedule B. An annotated bibliography C. A list of primary source repositories D. A detailed outline of the manuscript E. A detailed research and writing plan F. Monthly progress reports G. Draft chapters and illustrations H. A final manuscript
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f35e147d47c382050af06844a0496676&tab=core&_cview=1)
 
Place of Performance
Address: HQ AFSPC/HO, 150 VANDERBERG ST STE 1105, Peterson AFB, Colorado, 80914-4290, United States
Zip Code: 80914-4290
 
Record
SN01662018-W 20080908/080906213819-f35e147d47c382050af06844a0496676 (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.