Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

76 -- Leadership Handbooks

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
601 South 12th Street, Arlington, VA 22202
 
ZIP Code
22202
 
Solicitation Number
2011-4-14
 
Response Due
4/19/2011
 
Archive Date
10/16/2011
 
Point of Contact
Name: Debra Young-Leak, Title: Contract Specialist, Phone: 571-227-3945, Fax: 571-227-1372
 
E-Mail Address
Debra.Young-Leak@dhs.gov;
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation number is 2011-4-14 and is issued as an invitation for bids (IFB), unless otherwise indicated herein. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-51. The associated North American Industrial Classification System (NAICS) code for this procurement is 323117 with a small business size standard of 500.00 employees. This requirement is unrestricted and only qualified offerors may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-04-19 16:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Multiple shipping information. The DHS Transportation Security Administration requires the following items, Exact Match Only, to the following: LI 001, To obtain a contractor that can provide condensed leadership booklets that is 50-100 pages in length for TSAs supervisory workforce. The leadership booklets have a wide variety of topics that the Government has identified as being helpful and immediately applicable to our supervisory workforce. Booklet Titles:1. Inspired to Lead - Author, Christopher Novak2. 189 Ways to Walk the Motivation Talk - Author, John Baldoni, Eric Harvey3. Work Right - Author, Steve Ventura4. 180 Ways to Build Employee Engagement - Author, Brain Gareau, Al Lucia, 1, EA; LI 002, Deliverables The Contractor shall mail 9,050 booklets quarterly (36,200 annually) to airports nationwide and TSA Headquarters offices. (See below) Booklet Title Author QuantityInspired to Lead Christopher Novak 9,050 QTR Delivery DateImmediately upon award Booklet Title 180 Ways to Walk the Motivation TalkAuthor - John Baldoni, Eric HarveyQuantity - 9,050 QTRDelivery Date - May 1, 2011?? Booket Title Author Quantity Delivery DateWork RightSteve Ventura9,050 QTR August 1, 2011 Booklet Title180 Ways to Build Employee EngagementAuthor - Brian Gareau, Al Lucia Quantity 9,050 QTRDelivery Date - November 1, 2011, 2, EA; LI 003, The Contractor shall ship the required booklets on a quarterly basis. The Contractor shall be responsible for meeting delivery deadlines set by Performance Management and Improvement (PMI). The Contractor shall ship the booklets to approximately 150 drop-ship locations to airports nationwide and to TSA Headquarters offices. Before each quarterly distribution, the PMI will send an updated list to the Contractor with the updated shipping addresses, if applicable. The Contractor shall ship exact quantities of booklets. The number of booklets sent to each airport and TSA Headquarters offices can change from quarter to quarter at the time the booklets are sent. Before each quarterly distribution, PMI will send updated quantities to the Contractor, if applicable. The Contractor shall maintain all shipments, tracking numbers, and delivery dates., 3, EA; LI 004, Any remaining booklets not shipped to the airports and TSA Headquarters offices shall be sent to TSAs office of Performance Management and Improvement to the following: Transportation Security AdministrationATTN: Rich Revzan571-227-1280Office of Human Capital 601 South 12th Street, TSA-21Arlington, VA 20598, 4, EA; LI 005, The Contractor shall print the inside cover of each booklet with a customized cover letter. Before each quarterly distribution, PMI will provide the text for the cover letter to the contractor. The Contractor shall email PMI with an image of the inside cover letter for approval before proceeding with production. The Contractor shall be responsible for providing warehouse space to store the booklets in between the scheduled quarterly shipments., 5, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHS Transportation Security Administration intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHS Transportation Security Administration is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids. All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. In the event this procurement is a total small business set-aside, the following shall apply: For small business set-asides other than for construction or services, any concern proposing to furnish a product that it did not itself manufacture must furnish the product of a small business manufacturer unless the SBA has granted either a waiver or exception to the nonmanufacturer rule. In industries where the SBA finds that there are no small business manufacturers, it may issue a waiver to the nonmanufacturer rule. In addition, SBA has excepted procurements processed under simplified acquisition procedures, where the anticipated cost of the procurement will not exceed $25,000, from the nonmanufacturer rule. Waivers permit small businesses to provide any firm's product. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. Delivery must be made within 30 days or less after receipt of order (ARO). The offeror must provide within its offer the number of days - not to exceed 30 - required to make delivery after it receives a purchase order from the buyer. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/TSA/HQTSA/2011-4-14/listing.html)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02425983-W 20110417/110415234520-e6c6ceb76e6bf50ef04fb4505be7e9c3 (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.