Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 14, 2003 FBO #0469
MODIFICATION

76 -- Custom Aerospace Textbook for JROTC

Notice Date
3/12/2003
 
Notice Type
Modification
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South Bldg 804, Maxwell AFB, AL, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
F73OTJ30141100
 
Response Due
3/21/2003
 
Archive Date
4/5/2003
 
Point of Contact
John Lawrence, Contract Specialist, Phone 334-953-6298, Fax 334-953-2196,
 
E-Mail Address
john.lawrence@maxwell.af.mil
 
Description
**3/12/03** This modification is being done to add an attachment******************************************************* This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. Solicitation number F73OTJ30141100 is being issued as Request of Quotation (RFQ) using Simplified Acquisition Procedures under the test program for certain commercial items found at FAR Part 13.5. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-14, and Defense Federal Acquisition Regulation Supplement, Defense Change Notice (DCN) 20030301. It is the contractor?s responsibility to be familiar with applicable clauses and provisions. This acquisition is full and open competition. The North American Industry Classification System code is 511130 with a size standard of 500 employees. CLIN 0001: Textbook set (to include textbook, student workbook, and instructor materials). Offeror shall provide all personnel, equipment, material and other items necessary to provide the deliverables (Aerospace Sciences: Exploration of Space Textbook, along with student workbooks and instructor resources) specified in the attached Statement of Work. The government reserves the right to evaluate for award the most advantageous pricing based on the following quantities ? 25,000 printed copies (Hardcover ? adhesive binding) or 15,000 printed copies (Hardcover? adhesive binding) or 25,000 printed copies (Softcover) or 15,000 printed copies (Softcover). Please provide pricing for each style and quantity of textbook sets. The government would also like to get a price to include an electronic version of the text on a compact disk (CD) for both 25,000 and 15,000 associated printed copies. Existing student workbook with exercises to be incorporated into new student workbook is attached. This requirement will consist of a basic year plus three option years. FOB is Destination. Delivery will be made to ATTN: Jason JROTC, ECI Warehouse, 50 Turner Blvd., Gunter AFB Annex, AL 36118. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications-Commercial Items (July 2002), DFARS 252.212-7000, Offeror Representation and Certifications-Commercial Items (Nov 1995), and DFARS 252.225-7000, Buy American Act-Balance Payment Program Certificate (Sep 1999) with the quotation. Clauses and provisions may be accessed via the Internet, http://farsite. hill.af.mil or www.arnet.far.gov. The following clauses and provisions are incorporated by reference and are to remain in full force in any resultant purchase order. FAR 52.212-1, Instruction to Offerors-Commercial Items (Oct 2000) applies to this acquisition. The following paragraphs of this clause are addended as follows: (b)(4) Offeror shall include one (1) product sample of a textbook, student textbooks, and instructor materials written and published by the offeror in sufficient detail to evaluate offeror?s technical capability to satisfy this requirement and (b)(10) Offer shall include at least two (2) references for it?s most recent and relevant contracts for the same or similar items, including contract number and point of contact, including telephone number. Submit signed and dated quotations with company name, address, phone number, email address and point of contact. The government will award a purchase order resulting from this solicitation to the responsible offeror whose offer 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, arranged in order of importance: technical (adherence to SOW and sample provided to evaluate), then past performance, and finally delivery (ability to meet or exceed desired delivery date of 1 Aug 03) and price are equal evaluation criteria. The government will evaluate offerors? technical capability on a pass/fail basis. The government reserves the right to evaluate offerors? past performance and make a best value decision. The contractor must be registered in the Central Contractor Registration (CCR) database. Award will be made to a single source. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2002) is incorporated into this RFP and is addended to add the following clause: 52.204-4, Printed or Copied Double-sided on Recycled Paper. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Order-Commercial (May 2002) is applicable. The following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.219-8, Utilization of Small Business Concerns; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmation Action for Workers with Disabilities; 52.222-37, Employment Report on Disabled Veterans and Veterans of the Vietnam Era; 52.222-19, Child-Labor Corporation with Authorities and Remedies; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.247-64, Preference for Privately Owned U.S. Flag Commercial Vessels. FAR Part 52.217-8, Option to Extend Services (Nov 1999) and FAR Part 52.217-9, Option to Extend the Term of the Contract (Mar 2000). FAR Part 52.245-2, Government Property (Fixed Price Contracts) (Dec 1989). DFARS clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (Mar 2003) applies. The following DFARS clauses under paragraph (a) are applicable: 252.225-7001, Buy American act and Balance of Payments Program; 252-225-7012, Preference for Certain domestic Commodities; 252.232-7003, Electronic Submission of Payment Requests; 252.243-7002, Request of Equitable Adjustment; 252.247-7023, Transportation of Supplies by Sea; 252.204-7004, Required Central Contractor Registration and 252.225-7002, Qualifying Country Sources as Subcontractors are also applicable. The Defense Priorities Allocations System rating is A70. Offers are due 12:00 PM (NOON) CDST on 21 March 03. Offers may be mailed to 42d Contracting Squadron, Acquisition Flight B, Building 804, Maxwell AFB AL 36112-6334, ATTN: Lt. John Lawrence or SSgt Brian Bendele, faxed to 334-953-3543, or emailed to john.Lawrence@maxwell.af.mil or brian.bendele@maxwell.af.mil. Quotations must meet all instructions put forth in this solicitation. Reference the solicitation number and provide a delivery date on the quotation. Please email or fax any questions to Lt. John Lawrence or SSgt Brian Bendele, Contract Specialist.
 
Place of Performance
Address: Maxwell AFB, Al
Zip Code: 36112
Country: USA
 
Record
SN00277592-W 20030314/030312213510 (fbodaily.com)
 
Source
FedBizOpps.gov 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.