Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2011 FBO #3382
SOLICITATION NOTICE

T -- Edwards AFB Base Guide - Base Guide SOW

Notice Date
2/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511140 — Directory and Mailing List Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, California, 93524-1185, United States
 
ZIP Code
93524-1185
 
Solicitation Number
F1S0BC1041A001
 
Archive Date
4/9/2011
 
Point of Contact
Brian Wu, Phone: 661-277-7443, Steve E Barry, Phone: 661-277-9567
 
E-Mail Address
brian.wu@edwards.af.mil, steven.barry@edwards.af.mil
(brian.wu@edwards.af.mil, steven.barry@edwards.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Edwards AFB Base Guide SOW The Air Force Flight Test Center at Edwards Air Force Base has a requirement for yearly Civilian Enterprise publications to be known as the Edwards Air Force Base Guide and Edwards Air Force Base Map. Solicitation - FA9301-11-M-C005. 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; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for a quote (RFQ) The NAICS code is 511140. This publication shall provide personnel information about the Air Force Flight Test Center mission; command, installation and community services available; local geography and history; and related information; and to help orient new arrivals and visitors to Edwards Air Force Base. The expected basic period of performance shall run for a period of up to two years commencing on (award date). This contract may be extended by mutual agreement on a two-year basis for a period not to exceed a total of six years to publish the Edwards Air Force Base Guide. Description of requirements to be coordinated with public affairs office (see SOW for complete description): CLIN 0001AA Publish civilian enterprise (CE) Guide and Map 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011. printed guides that will include a minimum of, but not limited to, 64 pages of full-color editorial and photographic content; a glossy fold-out map (size approximate 15.5" x 11" with contents identical to the gatefold maps mentioned below) and an advertisement section. The EAFB Guide will be paperback, slick cover, no larger than 8 W' x 10 %", a minimum of 80 pound high gloss cover stock, option of ultra violet protective coating, booklet format. Inside editorial pages will be at least 70 pounds paper stock and of a glossy, slick consistency CLIN 0002AA Publish civilian enterprise (CE) Guide and Map 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011 VIP base guides that will include only the editorial section without an advertisement section. The VIP guides will have front and back covers and editorial and photo content identical to the before mentioned base guide. These quantities are for even years, in which odd years the quantities may be reduced per PAO request CLIN 0003AA Publish civilian enterprise (CE) Guide and Map 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011 Full-color gatefold maps on glossy paper. The size of the EAFB Map will be 36" x 24" open (9" x 4" folded). All graphics to be used in the map shall conform to those in the base guide. The map will include the following areas: Edwards AFB on one side with Lancaster, Palmdale, Quartz Hill, California City, Mojave, Rosamond, North Edwards, Boron, Tehachapi and a vicinity map on the other side. The maps shall list significant areas such as hospitals, schools, parks, shopping centers and so forth. The map shall provide a legend of accurate distance and reflect true proportions. The publisher will confirm all buildings upon award of contract and will remain current as to the status of new building construction. These quantities are for even years, in which odd years the quantities may be reduced per PAO request. CLIN 0004AA Publish civilian enterprise (CE) Guide and Map 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011 Flat base maps. These shall be same base map used as the folded base map in the before mentioned guide and may contain the same advertising on the back side. These maps shall be provided on a tear-off pad. These quantities are for even years, in which odd years the quantities may be reduced per PAO request. CLIN 0005AA Publish civilian enterprise (CE) Guide and Map 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011 Hardbound editions due to PAO annually for historical retention. PROPOSAL EVALUATION FACTORS: 1. Contract Agreement Award a. The government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the statement of work will be most advantageous to the Government. b. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 2. Selection Criteria: The technical group will review the written data and may hear presentations by the offerors which responded to the request for proposal. An on-site visit of the contractor's plant may be conducted to determine the ability to perform. General elements the technical group will evaluate, in descending order of importance, are: a. Capability, quality of photo reproduction, color and black and white, variety of type fonts and screens available, quality of paper stock, and availability of spot color on request. b. Convenience of communication between publisher and the public affairs office. Distance, use of computer equipment, and ease of communication. c. Ability to meet the contract requirements, current workload, number of copies to be delivered and ability to deliver the guide and map on time. Ability to meet or beat deadlines established in the contract with respect to other work. d. Experience. Past performance, particular experience in publishing the guide and map, and evidence of quality workmanship. e. Services that are proposed beyond or in addition to those required in the Request for Proposal. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. FAR 52.212-1, Instructions to Offerors-Commercial Items (addendum to paragraph (h)): a single award will be made; FAR clause 52.212-2, Evaluation--Commercial Items, the following factors shall be used to evaluate offers: FAR clause 52.212-3, Offeror Representations and Certifications - Offerors must include a completed copy of the provision with the offer via the ORCA website. Instructions for completing this requirement can be found by going to website http://orca.bpn.gov/ and http://orca.bpn.gov/help.aspx. In order to register via ORCA, vendor must also have an active DUNS Code (Dunn and Bradstreet - http://www.dnb.com/us/), be actively registered in the Central Contracting Registration (CCR - https://www.bpn.gov/CCR/scripts/index.html) system, and obtain a Marketing Partner Identification Number (MPIN -http://www.ccr.gov/mpin.asp). Offerors shall provide the information required in the clause; clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 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 of the Vietnam Era, and Other Eligible Veterans); clause 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration. The following DFAR clauses apply to this acquisition: 252.212 7001, Contract Terms and Conditions Required to Implement Statutes Applicable to Defense Acquisitions of Commercial Items (including 252.225-7001 Buy American Act and Balance of Payment Program); and 252.211-7003 Item Identification and Valuation. If your firm wishes to compete for the opportunity to publish the Edwards Air Force Base Guide and Base Map, please submit a written proposal not later than Thursday, March 25, 2011 2:00 p.m. Pacific Standard Time. to: Directorate of Contracting, AFFTC/PKOA, ATTN: Brian Wu, 5 S. Wolfe Avenue, Edwards AFB, CA. 953234-1185. Ensure your proposal addresses the requirement in the Instructions and Notices to Offerors and your ability to meet the selection criteria in the award evaluation. Please direct all inquiries concerning this Request for Proposal to: Brian Wu at 661-277-4647 or fax 661-275-7865 or e-mail to brian.wu@edwards.af.mil/. There are two attachments to this solicitation, FA9301-11-M-C005: (1) Solicitation Document (2) Statement of Work. Contracting Office Address: Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185 Place of Performance: AFFTC/Public Affair (PA)15 E. YEAGER BLVD. EDWARDS AFB, CA. 93524 Point of Contact(s): Brian Wu, Contracting Specialist, Phone 661-277-7453, Fax 661-275-7846, Email brian.wu@edwards.af.mil, Steve Barry Contracting Officer (661) 277-3286 e-mail: steve.barry@edwards.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFFTC/F1S0BC1041A001/listing.html)
 
Place of Performance
Address: 5 South Wolfe Ave., Edwards, California, 93524, United States
Zip Code: 93524
 
Record
SN02388288-W 20110227/110225234700-311664234d8c965da999ff18686d9a9e (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.