Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2009 FBO #2853
SOLICITATION NOTICE

76 -- Battlefield and Disaster Nursing Pocket Guide - Excel Format of Mailing List

Notice Date
9/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511130 — Book Publishers
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, Directorate of Contracting, 4301 Jones Bridge Road, Bethesda, Maryland, 20814-4799
 
ZIP Code
20814-4799
 
Solicitation Number
HU0001-09-Q-0716
 
Point of Contact
Nadine A Utz, Phone: 301-295-1380, Karen Mulzac, Phone: 301-295-3970
 
E-Mail Address
nadineutz@usuhs.mil, karen.mulzac@usuhs.mil
(nadineutz@usuhs.mil, karen.mulzac@usuhs.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Excel Format of Mailing List The Uniformed Services University of the Health Sciences (USUHS) located on the National Naval Medical Center (NNMC) in Bethesda, MD has a requirement for 10,293 copies of Battlefield and Disaster Nursing Pocket Guide, ISBN 0763753041. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. The solicitation, number HU0001-09-Q-0716, is issued as a Request for Quotes (RFQ). It will be the responsibility of the Contractor to monitor Federal Business Opportunities, http://www.fedbizopps.gov/ for the issuance of any changes/updates to the solicitation. This solicitation is issued as a request for quotation and incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-36. Small Business Set Aside: This solicitation is set aside for small businesses and the applicable NAICS code for this requirement is 511130, Book Publishers, with a size standard of 500 employees. Quote Format: CLIN Description 0001 Battlefield and Disaster Nursing Pocket Guide, ISBN 0763753041 (Qty of 10,293): 1 each @ $______, total $______ 0002 Shipping: 1 job @ $_________ Delivery is to occur 4 to 6 weeks after receipt of order (ARO). The anticipated award date is 21 Sept 2009. The guides are to be mailed by the awardee to various locations; detailed addresses will be included in award. The following information should be used to calculate shipping charges: Number of Books City State Zip code 6 PORTSMOUTH VA 23708-2106 6 SAN DIEGO CA 92136 6 KIRTLAND AFB NM 87117-5670 6 ELLSWORTH AFB SD 57706 6 COLUMBUS AFB MS 39710-5300 6 DYESS AFB TX 79607 6 APO AE 09720 7 MOODY AFB GA 31699-1500 7 MINOT AFB ND 58705 7 HANSCOM AFB MA 01731 7 REDSTONE ARSENAL AL 35809-7000 7 FORT RUCKER AL 36362-5000 7 DYESS AFB TX 79607 8 POPE AFB NC 28308 8 MCCONNELL AFB KS 67221-3506 8 ALEXANDRIA VA 22332-0417 8 WHITEMAN AFB MO 65305 8 KIRTLAND AFB NM 87117 8 SHAW AFB SC 29152 8 BEALE AFB CA 95903 8 PATRICK AFB FL 32925-3606 8 ROBINS AFB GA 31098 9 BARKSDALE AFB LA 71110 9 FORT LEE VA 23801-1716 9 EDWARDS AFB CA 93524 10 APO AE 09012-0092 10 ABERDEEN PROVING GROUND MD 21010-5403 10 DAVIS MONTHAN AFB AZ 85707 10 APO AE 09094 10 MAXWELL AFB AL 36112 10 SCHOFIELD BARRACKS HI 96857-5460 10 APO AP 96338-5011 11 APO AE 96543-4010 11 WASHINGTON DC 20032 12 FORT SAM HOUSTON TX 78234-6000 12 CHARLESTON AFB SC 29404-4704 12 RANDOLPH AFB TX 78150-4801 12 KUNSAN AB ROK 96264-2022 12 SPOKANE WA 99224 12 GOLDSBORO NC 27534 12 Dover AFB DE 19962 13 SAN DIEGO CA 92136-5289 13 FORT EUSTIS VA 23604-5548 13 JOINT BASE MCGUIRE-DIX-LAKEHURST NJ 08641 14 FORT HUACHUCA AZ 85613-7079 14 TYDALL AFB FL 32403 14 TINKER AFB OK 73145 14 HICKAM AFB HI 96853 15 GREAT LAKES IL 60088 15 HICKAM AFB HI 96853-5418 15 FORT WAINWRIGHT AF 99703-7400 15 WEST POINT NY 10996-1197 15 LUKE AFB AZ 15 INCIRLIK AB TURKEY 16 TACOMA WA 98431-1100 17 FORT MEADE MD 20755-5800 17 PETERSON AFB CO 80914-1540 19 OFFUTT AFB NE 68113-2160 20 FORT DRUM NY 13602-5004 20 FORT IRWIN CA 92310-5076 20 FORT MCPHERSON GA 30330-1062 20 APO AE 09123-0043 20 SHEPPARD AFB TX 76311 20 APO AE 09042 20 HILL AFB UT 84056-5012 21 LACHLAND AFB TX 78236-5583 22 MACDILL AFB FL 33621 24 APO AE 09366 26 APO AE 09094 27 FORT KNOX KY 40121-5520 30 FT MCPHERSON GA 30330 30 FT MCPHERSON GA 30330-2000 30 APO AP 96278 30 APO AE 09604-0245 30 TRAVIS AFB CA 94535 35 LEMOORE CA 93246-5004 35 FORT POLK LA 71459-5110 35 MT HOME AFB ID 83648 35 APO AP 96367 35 SAN ANTONIO TX 78226 36 FPO AE 09636 38 SCOTT AFB IL 62225 40 FPO AE 09617 41 FORT JACKSON SC 29207-5720 42 FORT LEONARD WOOD MO 65473-8952 42 FORT BELVOIR VA 22060-5901 42 APO AP 96328--5071 43 FORT SILL OK 73503-6300 44 FPO AE 09645 45 FORT RILEY KS 66442-5038 46 US AIR FORCE ACADEMY CO 80840 46 APO AP 96319-5024 50 APO AP 96205-5244 60 FORT SAM HOUSTON TX 78234-7585 63 APO AE 09348 64 FORT CARSON CO 80913-4604 66 FORT STEWART GA 31314-5611 67 FORT BENNING GA 31905-5637 70 PENSACOLA FL 32512-0002 75 CHERRY POINT NC 28533 80 FPO AP 96350 82 GREAT LAKES IL 60088 84 APO AP 96218-0178 100 ANNANDALE VA 22003 100 EASTOVER SC 29044-9189 100 GREAT LAKES IL 60088-2911 100 SAN DIEGO CA 92134-5000 100 AGANA HEIGHTS GU 96910 100 FEDERAL WAY WA 98003 100 SHAW AFB SC 29152 100 HONOLULU HI 96859-5000 102 APO AE 09180-0402 121 ANDREWS AFB MD 20762 122 ANDREW AFB MD 20762-5157 123 SAN DIEGO CA 92130 125 FORT HOOD TX 76544-4752 130 RALEIGH NC 27606 136 LANGLEY AFB VA 23665 141 PENSACOLA FL 32512 150 WOLFFORTH TX 79382 150 NEPTUNE BEACH FL 32266 150 APO AE 09461-5230 156 NELLIS AFB NV 89191 162 FORT BRAGG NC 28310-5000 165 CAMP PENDLETON CA 92055 198 EL PASO TX 79920-5001 200 WRIGHT-PATTERSON AFB OH 45433 200 APO AE 09180 200 WASHINGTON DC 20307-5001 201 FORT CAMPBELL KY 42223-5349 207 KEESLER AFB MS 39534 290 TRAVIS AFB CA 94535 300 APO AE 09342 300 APO AE 09180 300 LACKLAND AFB TX 78236 340 CAMP LEJEUNE NC 28547-2538 400 FORT SAM HOUSTON TX 78234-6200 500 BETHESDA MD 20899-5600 700 FORT SAM HOUSTON TX 78234-7585 760 FORT SAM HOUSTON TX 78234-7585 The shipping information listed above is attached in Excel format. Evaluation Factors : The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer, conforming to this announcement, will be most advantageous to the government. Offerors must provide all relevant specifications and/or literature documentation. Applicable Regulations : The following Federal Acquisition Regulation (FAR) and Department of Defense FAR Supplement provisions and clauses, which may be viewed at http://www.acquisition.gov/far/, may apply to this contract: 52.204-7, Central Contractor Registration (APR 2008) 52.212-1, Instructions to Offerors - Commercial Items 52.212-2, Evaluation - Commercial Items 52.212-3, Offeror Representations and Certifications - Commercial Items 52.212-4, Contract Terms and Conditions--Commercial Items (OCT 2008) 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (FEB 2009); applicable clauses contained within: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). 52.219-8, Utilization of Small Business Concerns (MAY 2004) (15 U.S.C. 637 (d)(2) and (3)). 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 637(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (JUNE 2007) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2008) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (FEB 1999). 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 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). 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006) (38 U.S.C. 4212). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-36, Payment by Third Party (MAY 1999) (31 U.S.C. 3332) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1)in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- •o 52.203-13, Contractor Code of Business Ethics and Conduct (DEC 2008) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note). •o 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $550,000 ($1,000,000 for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). 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). 52.222-36, Affirmative Action for Workers with Disabilities (June 1998) (29 U.S.C. 793). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (FEB 2009) (41 U.S.C. 351, et seq.). 52.222-54, Employment Eligibility Verification (Jan 2009). (Not applicable until May 21, 2009.) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor May include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 5 2.252-2 Clauses Incorporated by Reference (FEB 1998); Fill-ins are as follows: •o www.arnet.gov •o www.acq.osd.mil 252.204-7004 Alternate A, Central Contractor Registration 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; applicable clauses contained within: 252.225-7001 Buying American Act and Balance of Payments Program (JAN 2009) 252.225-7002 Qualifying Country Sources As Subcontractors (APR 2003) Requirements: 1) To be eligible for contract award, a contractor must be registered with the Central Contractor Registration (CCR) database. For instructions on registering with the CCR, please see the CCR website at http://www.ccr.gov. 2) All offerors are required to submit a completed copy of the Federal Acquisition Regulations (FAR) Provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with their offer. This document can be found at http://www.ustda.gov/businessopps/dmdocs/FAR52.212-3.pdf. 3) All offerors are required to use the quote format as shown in this combined synopsis/solicitation and must submit all quotes in writing by 18 September 2009 at 3:00 pm. Acceptable formats are email or mail. Deadlines: All responsible sources may submit a quotation which shall be considered by the agency. Direct any communications, questions or inquiries in writing to Nadine Utz, Contract Specialist, at Directorate of Contracting, Rm A1040C, USUHS, 4301 Jones Bridge Road, Bethesda, MD 20814-4799 or via email to nadineutz@usuhs.mil. Hand deliveries will not be accepted. All responses are due by 18 September 2009 at 3:00 p.m. Eastern Standard time. The submitter should confirm receipt of submissions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USUHS/BethesdaMD/HU0001-09-Q-0716/listing.html)
 
Place of Performance
Address: 4301 Jones Bridge Road, A1040C, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN01954273-W 20090916/090915001732-362ecc0e969930a091595803db1f8ff0 (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.