Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 08, 2011 FBO #3332
SOLICITATION NOTICE

76 -- Medical Book

Notice Date
1/6/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511130 — Book Publishers
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
 
ZIP Code
28310
 
Solicitation Number
H92239-11-T-0012
 
Archive Date
1/28/2011
 
Point of Contact
Sandra G. Bramble, Phone: 9103960428
 
E-Mail Address
sandra.bramble@soc.mil
(sandra.bramble@soc.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for a commercial item prepared in accordance with FAR Subpart 12.6 and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. Solicitation H92239-11-T-0012 will be issued as a Request For Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-36. Provisions and clauses may be downloaded at http://farsite.hill.af.mil. It is the responsibility of the offeror to be familiar with all applicable clauses and provisions. This requirement 100% small business set-a side. The NAICS Code is 511130 and the size standard is 500 employees. This acquisition is to be a Firm Fixed Price type contract. The right to make multiple awards is reserved in the event it is advantageous to the Government to do so. The contractor shall provide the following Contract Line Item Numbers (CLINs): CLIN 0001 (Qty 650 each): BOOK: ISBN: 9781449615871, Emergency Care and Transportation of the Sick and Injured, 10th Edition. NEW PRODUCTS ONLY - refurbished or used products WILL NOT BE ACCEPTED. Brand name only. Offers of substitute to those of the items shown in the CLIN s 0001 (above) will not be accepted, any non-conforming supplies will be returned to the contractor at the expense of the contractor. Point of delivery and acceptance is USAJFKSWC, ATTN: MIKE ROACH, CO C, SPT BN, 1ST SWTG(A), FORT BRAGG, NC 28310. The Required Delivery Date (RDD) is not later 02 February 2011. If offer is FOB Origin, shipping charges (to be paid on a cost-reimbursable basis) shall be delineated separate from CLIN pricing. If offer is FOB Destination (preferred), CLIN pricing shall be inclusive of ground transportation charges. The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses are hereby incorporated by reference to this procurement action (exception(s) are provided, where applicable): FAR 52.204-7, Central Contractor Registration. FAR 52.211-8 Alt II, Inspection of Supplies-Fixed Price, is applicable to this requirement, FAR 52.212-1, Instructions to Offerors -Commercial Items applies. FAR 52.212-2, Evaluation-Commercial Items, is applicable to this requirement with the following clause addenda to paragraph (a), The Government will award a contract(s) resulting from this solicitation to the responsible offeror(s) whose offer(s) (e.g., quote) conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical Acceptability, (2) Price, and (3) Delivery. It is incumbent on the offerors to provide complete specifications for items offered. Technical acceptability is defined as an offer of supplies that completely satisfy the minimum salient characteristics of the CLINs. Technical Acceptability will be evaluated on a Pass or No-Pass basis. Only those offers evaluated as Pass will be further evaluated and considered for award. Offerors shall certify that they are authorized Avaya Partners as of the date of their offer, and that they have the certification and specialization level required by Avaya to support both the product sale and pricing. Prices shall be quoted in accordance with the CLIN to be incorporated in the Schedule of Supplies and Services in the event an award is made. Delivery is defined as the capacity and affirmation to conform with, or better, the RDD of this solicitation. Alternate delivery schedules that improve on the RDD will be considered. Offerors shall provide not less than two past performance references (with contact information) demonstrating success in providing in a timely manner the quantities and types of supplies required in this solicitation. The factor of technical acceptability is significantly more important than price and delivery combined. The factor of price is slightly more important than delivery. FAR 52.212-3 Alt I, Offeror Representations and Certifications-Commercial Items. FAR 52.212-4, Contract Terms and Conditions, Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Deviation). FAR 52.219-6, Notice of Total Small Business Set-aside. FAR 52.222-3, Convict Labor. FAR 52.222-19, Child Labor - Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities. FAR 52.222-22, Previous Contracts And Compliance Reports. FAR 52.222-25, Affirmative Action Compliance. FAR 52.222-37, Employment Reports On Special Disabled Veterans, Veterans Of The Vietnam Era, and Other Eligible Veterans. FAR 52.225-1, FAR 52.225-4, Buy American Act--Free Trade Agreement--Israeli Trade Act Certificate. FAR 52.225-13, Restrictions on Certain Foreign Purchases. FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration. FAR 52.246-2 Alt I, Inspection of Supplies-Fixed Price. FAR 52.247-29, F.O.B. Origin or FAR 52.247-34, F.o.b. Destination, as applicable to award(s). FAR 52.252-2, Clauses Incorporated By Reference. FAR 52.252-6, Authorized Deviations in Clauses. DFARS 252.204-7004, Required Central Contractor Registration Alt A. DFARS 252.211-7003, Item Identification and Valuation. DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Status or Executive Orders Applicable to Defense Acquisitions of Commercial Items (Deviation). DFARS 252.232-7003, Electronic Submission of Payment Requests. SOFARS 5652.201-9002, Authorized Changes only by the Contracting Officer with the following clause addenda: The address and telephone number of the Contracting Officer is Umetria Thomas, HQ, USASOC, DCS, Acquisitions and Contracting, E-2929 Desert Storm Drive, Fort Bragg, NC 28310-9110. Com: 910-432-8598; Fax: 910-432-9345; umetria.thomas@soc.mil. SOFARS 5652.219-9004, Technical and Contractual Questions Concerning this Solicitation using the following contact information sandra.bramble@soc.mil. The full text of all clauses may be accessed electronically at http://farsite.hill.af.mil. Quotes shall be submitted to HQ, USASOC ATTN: AOCO (Ms. Sandra Bramble), Building E-2929, Desert Storm Drive, Fort Bragg, North Carolina, 28310, sandra.bramble@soc.mil, not later than 1:00 p.m., Thursday, 13 January 2011. E-mail submissions are preferred however; fax submissions will be accepted at (910) 432-9345 and are cautioned that due to file size limitations and email security protocols, there is a risk that not all correspondence will be received by this office. It is the offerors responsibility to ensure receipt of all email and faxed correspondence. If receipt has not been acknowledged within 24 hours, please contact the contract specialist by phone. Quotes shall include: (1) letter signed by an individual authorized to bind the organization, with a schedule of offered items, to include (1) item specifications, unit, and total price, (2) delivery time and F.O.B point, (3) completed Representations and Certifications, and (4) acknowledgement of any amendments that may be issued. Not submitting sufficient information for evaluation may be eliminated form competition. It is the responsibility of offerors to review the website for any changes or amendments to this RFQ. must be registered in Central Contractor Registration (CCR) prior to award. DUNS/CCR website is: http://www.ccr.gov. Questions concerning this acquisition shall be submitted in writing and e-mailed to the contracting officer listed below. It is the offeror's responsibility to ensure receipt of questions and quotes submitted via electronic means. Telephonic questions pertaining to the technical requirement of this solicitation will not be answered. All answers will be provided via an amendment to the solicitation. Any amendments that may be issues will be published on FedBizOpps, the same as this solicitation. The point of contact for this requirement is Ms. Sandra Bramble (910) 396-00428, e-mail sandra.bramble@soc.mil. Numbered Note 1 applies to this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/H92239-11-T-0012/listing.html)
 
Place of Performance
Address: JSOMTC, Bldg 5-3845, Fort Bragg, North Carolina, 28310, United States
Zip Code: 28310
 
Record
SN02355531-W 20110108/110106234153-dd1fd3fdb94c0a9102e9d35e4a0f4a30 (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.