Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 15, 2010 FBO #3308
SOLICITATION NOTICE

D -- PRS Online

Notice Date
12/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F2XHE10252A007-Synopsis-Solicitation
 
Archive Date
12/30/2010
 
Point of Contact
Jeremy D. Rash, Phone: 334-953-5611
 
E-Mail Address
jeremy.rash@maxwell.af.mil
(jeremy.rash@maxwell.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XHE10252A007). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2003-45 (2 Aug 2010) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20100820. It is the contractor's responsibility to become familiar with applicable clauses and provisions. A firm fixed priced award will be made in accordance with the following the Schedule of Supplies: NAICS Code: 519130; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: The Air University Library has a requirement for access to an onnline data base subscription to provide updated acess to Political Risk Services and updated country reports. This procurement will be awarded under Simplified Acquisition Procedures as sole source acquisition. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: CLIN 0001 - Online Site subscription that provides updated acess to Political Risk Services and includes updated country reports throughout the subscription year. Must provide 18 month and 5 year risk ratings and forecasts, macroeconomic forecasts, 10 years of historical data, textual analysis of risk to business and background information. See attached specifications.Base Year: 31 Dec 2010 - 25 Sep 2011 CLIN 1001 - Online Site subscription that provides updated acess to Political Risk Services and includes updated country reports throughout the subscription year. Must provide 18 month and 5 year risk ratings and forecasts, macroeconomic forecasts, 10 years of historical data, textual analysis of risk to business and background information. See attached specifications Option Year One: 26 Sep 2011 - 25 Sep 2013 CLIN 2001 - Online Site subscription that provides updated acess to Political Risk Services and includes updated country reports throughout the subscription year. Must provide 18 month and 5 year risk ratings and forecasts, macroeconomic forecasts, 10 years of historical data, textual analysis of risk to business and background information. See attached specifications Option Year Two: 26 Sep 2013 - 25 Sep 2015 QUOTATION PREPARATION INSTRUCTIONS To ensure timely and equitable evaluation of quotes, offerors must comply with the following instructions. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. a.. The offeoror must submit a signed and dated quote on company letterhead with unit prices and extended prices for the base period and each option year in response to this solicitation In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions., the offeror agrees to accede to all solicitation requirements Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items and DFARS 252.225-7000, Buy American Act Certificate with quotation. c. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". d. Interested parties capable of providing the requirement 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. e. The following informaiton must be sumitted with the offeror's response to this solicitation: 1. Temporary access to the product to include website URL, login and password 2. Six (6) samples of citations, full-text articles, images, and graphics from the product. Citation samples must include complete bibliographic information to include author, title, volume, issue, edition, and pagination. 5. Detailed plan for on-site training that includes real-time demos of the search interface, results, and output options 6. Statement confirming the product is fully functional in INTERNET EXPLORER 7. Statement confirming the product does not require any additional software or plug-ins in order to operate. 8. Statement confirming the offeror can track, store, and report usage statistics to the customer on a monthly basis. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price as follows: a. Technical Acceptability: Offerors will be determined technically acceptable if the follow critieria are met: (1) Product Acessibility. Product must meet the following requirements: - Accessible via website URL, temporary login and password -Timely and accurate output - Available as.pdf, html, or other output formats -Accessible on-site via automatic Internet Protocol (IP) recognition -Accessible off-site via User Name and Password to off-site (remote) users -Passwords changeable on an annual basis -Stored on the Offeror's hosted server -User-friendly search interface (2) Citations. Offeror must submit as a minimum, six (6)), full-text articles, images, and graphics. (3) Training Plan. Detailed training plan for on-site training as minimum, includes real-time demos of the search interface, results, and output options. (4) Statements. The following statement were provided : - Statement regarding functionality in INTERNET EXPLORER -Statement regarding requirement OR non-requirement for additional software and/or plug-ins -Statement regarding collection, storage, and reporting of monthly usage statistics -Statement that customer support for questions and/or technical problems will be provided 24/7 b. Price: All technically acceptable offeror will be evaluated based on price. If the lowest priced offeror is determinated technically acceptable, award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 52.213-2 -- Invoices 52.232-18 - Availability of Funds 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.219-28, Post Award Small Business Program Rerepresentation 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.223-18, Contractor Policy to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 252.203-7000,Requirements Relating to Compensation of Former DOD Officials (Jan 2009) 252.225-7001, Buy American Act and Balance of Payments Program 252.232-7003, Electronic Submission of Payment Requests 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. 52.252-2, CLAUSES 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/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 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 Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. 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. (End of clause) MAXWELL 114 REQUIRED POSTERS (FEB 2003) Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) Maxwell 119 WAWF-ELECTRONIC SUBMISSION OF INVOICE JAN 2007 Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: Martha.McCrary@maxwell.af.mil Contract Specialist: Jeremy.Rash@maxwell.af.mil Contracting Officer: Sandra.Turner@maxwell.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 Offerors are reminded that Representations and Certifications are maintained at the following website: http://orca.bpn.gov/publicserach.aspx. In the event Representations and Certifications are not on file, Offerors must include a completed copy of the provisions at FAR Part 52 or on on-line at http://farsite.hill.af.mil. DFARS 252.225-7000 Buy American Act - Balance of Payments Program Certificate 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. (End of Provisions) IMPORTANT NOTE: All product items sold to the Government should be properly marked with manufacturer's name and part number. Responses to this notice shall be provided in writing via e-mail to: SSgt Jeremy Rash, at Jeremy.Rash@maxwell.af.mil. All responses shall be received NLT 4:00 p.m Eastern Daylight Savings Time (CDST) on 15 Dec 10. Email is the preferred method. Points of Contact: SSgt Jeremy Rash, Contract Specialist, Phone (334) 953-5866, Fax (334) 953-2856. Attached Specificatons: The following countries must be avaailable in Country Reports Algeria Angola Argentina Australia Austria Azerbaijan Bangladesh Belgium Bolivia Botswana Brazil Bulgaria Cameroon Canada Chile China Colombia Congo Congo, DR Costa Rica Côte d'Ivoire Cuba Czech Republic Denmark Dominican Republic Ecuador Egypt El Salvador Finland France Gabon Germany Ghana Greece Guatemala Guinea Guyana Haiti Honduras Hong Kong Hungary India Indonesia Iran Iraq Ireland Israel Italy Jamaica Japan Kazakhstan Kenya Korea, South Kuwait Libya Malaysia Mexico Morocco Myanmar Netherlands New Zealand Nicaragua Nigeria Norway Oman Pakistan Panama Papua New Guinea Paraguay Peru Philippines Poland Portugal Romania Russia Saudi Arabia Singapore Slovakia South Africa Spain Sri Lanka Sudan Suriname Sweden Switzerland Syria Taiwan Thailand Trinidad & Tobago Tunisia Turkey UAE Ukraine United Kingdom United States Uruguay Venezuela Vietnam Zambia Zimbabwe An Overview of the Ratings System A series of risk ratings summarize the in-depth analyses and forecasts provided in each Country Report, consisting of 50-70 pages. Each Country Report must provide the current level and likely changes of the following 17 risk components (12 in the 18-month forecast and five in the five-year forecast), which are also used to compile the risk scores. 18-Month Risk Factors Twelve factors are analyzed from an 18-month forecast perspective, including political turmoil, which is included in both the 18-month and the five-year forecasts. Turmoil. Actions that can result in threats or harm to people or property by political groups or foreign governments, operating within the country or from an external base: * Riots and demonstrations * Politically motivated strikes * Disputes with other countries that may affect business * Terrorism and guerrilla activities * Civil or international war * Street crime that might affect international business personnel * Organized crime having an impact on political stability or foreign business Not included in turmoil are legal, work-related labor strikes that do not lead to violence. Equity Restrictions. Limitations on the foreign ownership of businesses, emphasizing sectors where limitations are either especially liberal or especially restrictive. Operations Restrictions. Restrictions on procurement, hiring foreign personnel, or locating business activities, as well as the efficiency and honesty of officials with whom business executives must deal and the effectiveness and integrity of the judicial system. Taxation Discrimination. The formal and informal tax policies that either lead to bias against, or special advantages favoring international business. Repatriation Restrictions. Formal and informal rules regarding the reparation of profits, dividends, and investment capital. Exchange Controls. Formal policies, informal practices, and financial conditions that either ease or inhibit converting local currency to foreign currency, normally a firm's home currency. Tariff Barriers. The average and range of financial costs imposed on imports. Other Import Barriers. Formal and informal quotas, licensing provisions, or other restrictions on imports. Payment Delays. The punctuality, or otherwise, with which government and private importers pay their foreign creditors, based on government policies, domestic economic conditions, and international financial conditions. Fiscal and Monetary Expansion. An assessment of the effect of the government's spending, taxing, interest rate and other monetary policies. The assessment is based on a judgment as to whether the expansion is inadequate for a healthy business climate, acceptably expansionist, or so excessively expansionist as to threaten inflation or other economic disorder. Labor Policies. Government policies, trade union activity, and productivity of the labor force that create either high or low costs for businesses. Foreign Debt. The magnitude of all foreign debt relative to the size of the economy and the ability of the country's public and private institutions to repay debt service obligations promptly. Five-Year Risk Factors Four additional factors are analyzed from a five-year forecast perspective. (Turmoil is included in both the 18-month and the five-year forecasts.) Investment Restrictions. The current base and likely changes in the general climate for restricting foreign investments. Trade Restrictions. The current base and the likely changes in the general climate for restricting the entry of foreign trade. Domestic Economic Problems. A country's ranking according to its most recent five-year performance record in per capita GDP, GDP growth, inflation, unemployment, capital investment, and budget balance. International Economic Problems. A country's ranking according to its most recent five-year performance record in current account (as a percentage of GDP), the ratio of debt service to exports, and the annual percentage change in the value of the currency. These 17 factors are used in the summary risk ratings, first estimating the current risk level of each factor and then forecasting the change in its risk level under each of the three most likely regime scenarios. The numerical equivalents of these current and forecast levels are then used to calculate the risk scores.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XHE10252A007-Synopsis-Solicitation/listing.html)
 
Place of Performance
Address: HQ Air University Library, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02343164-W 20101215/101213233925-b9901bd0ee7c8e2d224813c6f1ab10f3 (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.