Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2007 FBO #2091
SOLICITATION NOTICE

T -- Fort Carson, CO Post Guide and Map

Notice Date
8/16/2007
 
Notice Type
Solicitation Notice
 
NAICS
511140 — Directory and Mailing List Publishers
 
Contracting Office
ACA, Fort Carson, Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor, Fort Carson, CO 80913-5198
 
ZIP Code
80913-5198
 
Solicitation Number
W911RZPOSTGUIDE
 
Response Due
9/7/2007
 
Archive Date
11/6/2007
 
Small Business Set-Aside
N/A
 
Description
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. This synopsis/solicitation is for the publication of the Fort Carson Post Guide and Map at no cost to the government. The contractor will agree that all costs involved with the production a nd distribution of the Fort Carson Post Guide and Map will be borne by the contractor. The contractor shall look solely to advertising revenue to fund costs of the publications. The contractor shall provide all personnel, equipment, labor, supplies, tools, materials, supervision and other items necessary to print and distribute to specified post locations a minimum of 25,000 copies each annually of the Civilian Enterprise (CE) post guide and separate map for Fort Carson, Colorado, for a one-year period with five option periods. This action is unrestricted. The NAICS Code is 511140. The Small Business Size Standard is 500 employees. Central Contractor Registration (CCR) is required. Registration may be accomplished at http://www.ccr.gov This publication is su bject to the requirements of DOD Instruction 5120.4 and AR 360-1, AR 210-7, U.S. Code 18, and the regulations and instructions incorporated therein by reference and to the conditions and agreements as contained herein. An electronic copy of these regulatio ns may be obtained via Internet at http://docs.usapa.belvoir.army.mil This Request for Proposal W911RZPOSTGUIDE is issued in accordance with FAR Subpart 12.6-Streamlined Procedures for Evaluation and Solicitation for Commercial Items. CLIN 0001 Mountain P ost Guide  25,000 each, Period of Performance (POP): 1 Nov 2007-31 Oct 2008; CLIN 0002 Fort Carson Map  25,000 each, POP: 1 Nov 2007-31 Oct 2008; CLIN 0003 Contractor Manpower Reporting, POP: 1 Nov 2007-31 Oct 2008; CLIN 1001 Mountain Post Guide  25,000 each, POP: 1 Nov 2008-31 Oct 2009; CLIN 1002 Fort Carson Map  25,000 each, POP: 1 Nov 2008-31 Oct 2009; CLIN 1003 Contractor Manpower Reporting, POP: 1 Nov 2008-31 Oct 2009; CLIN 2001 Mountain Post Guide  25,000 each, POP: 1 Nov 2009-31 Oct 2010; CLIN 2 002 Fort Carson Map  25,000 each, POP: 1 Nov 2009-31 Oct 2010; CLIN 2003 Contractor Manpower Reporting, POP: 1 Nov 2009-31 Oct 2010; CLIN 3001 Mountain Post Guide  25,000 each, POP: 1 Nov 2010-31 Oct 2011; CLIN 3002 Fort Carson Map  25,000 each, POP: 1 Nov 2010-31 Oct 2011; CLIN 3003 Contractor Manpower Reporting, POP: 1 Nov 2010-31 Oct 2011; CLIN 4001 Mountain Post Guide  25,000 each, POP: 1 Nov 2011-31 Oct 2012; CLIN 4002 Fort Carson Map  25,000 each, POP: 1 Nov 2011-31 Oct 2012; CLIN 4003 Contractor Manpower Reporting, POP 1 Nov 2011-31 Oct 2012; CLIN 5001 Mountain Post Guide  25,000 each, POP: 1 Nov 2012-31 Oct 2013; CLIN 5002 Fort Carson Map  25,000 each, POP: 1 Nov 2012-31 Oct 2013; CLIN 5003 Contractor Manpower Reporting, POP: 1 Nov 2012-31 Oct 2013. The following provisions and clauses in the Federal Acquisition Regulation (FAR) and the Defense Federal Acquisition Regulation (DFAR), apply to this acquisition to include addenda to the provisions/clauses. This solicitation incorporates one or mo re clauses by reference, with the same force and effect as if they were given in full text. The full text of any clause may be accessed at http://farsite.hill.af.mil. 52.203-3 Gratuities; 52.222-3 Convict Labor; 52.222-21 Prohibition Of Segregated Faciliti es; 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 Disabl ed Veterans, Veterans of the Vietnam Era, and other Eligible Veterans; 52.223-6 Drug-Free Workplace; DFARS 252.225-7001; Buy America Act and Balance of Payments Program; DFARS 252.227-7015 Technical Data-Commercial Items. The following clauses and provisions are incorporated by full text as they apply to this requirement: DODI 5120.4, E4.1.10.4.1 Status of FAR Clauses  Fort Carson is an element of the United St ates Government. This agreement is a United States Government contract authorized under the provisions of Department of Defense Instruction 5120.4 as an exception to the Government Printing and Binding Regulations published by the Congressional Joint Commi ttee on Printing. Although this contract is not subject to the Federal Acquisition Regulation (FAR) or the Defense FAR Supplement (DFARS), FAR clauses useful in protecting the interests of the Government and implementing those provisions required by law ar e included in this contract. FAR 52.212-1 Instructions to Offerors-Commercial Items (SEP 2006) (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show(1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, addr ess, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; ( 9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of conta ct with telephone numbers and other relevant information; and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fai l to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. (d) Product samples. When required by the solicitation, product samples shall be submitted at or prior to the t ime specified for receipt of offers. Unless otherwise specified in this solicitation, these samples shall be submitted at no expense to the Government, and returned at the senders request and expense, unless they are destroyed during preaward testing. (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time sp ecified in the solicitation. If no time is specified in the solicitation, the time for receipt is 4:30 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2)(i) Any offer, modification, revision, or withdra wal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is late and will not be considered unless it is received before award is made, the Contracting Officer determines that a ccepting the late offer would not unduly delay the acquisition; and(A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later tha n 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Governments control prio r to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modific ation of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includ es the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Go vernment processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by wr itten notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract wit hout discussions with offerors. Therefore, the offerors initial offer should contain the offerors best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting O fficer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (l) Debriefing. If a post-award debriefin g is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agencys evaluation of the significant weak or deficient factors in the debriefed offerors offer. (2) The overall evaluated cost or price an d technical rating of the successful and the debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of the ra tionale for award. (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures s et forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of provision). FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this reques t for proposal (RFP) to the responsible offeror whose offer conforming to the RFP will be most advantageous to the Government. The following factors shall be used to evaluate offers: Technical and Past Performance, which have roughly equal weights. The su bfactors within each group are ranked in descending order of importance. The result of this RFP will be a no-dollar value contract; therefore, price is not an evaluation factor. (b) The Government may award a contract on the basis of initial offers receive d without discussions. Therefore, each initial offer should contain the publishers best terms for the ability to meet the selection criteria as follows: TECHNI CAL: a. Capability; quality of photo reproduction, color and black and white; variety of type fonts and screens available; quality of paper stock, including use of recycled paper; availability of spot color on request. b. Convenience of communications betw een the publisher and the public affairs office, e.g. distance, use of computer equipment, ease of communication. c. Ability to meet contract requirements, current workload, number of copies to be delivered and ability to deliver all Contract Line Item Num bers on time, ability to meet or exceed deadlines established in the contract. PAST PERFORMANCE: d. Experience, past performance, particular experience in publishing these type publications, evidence of quality workmanship. (End of clause). 52.212-4 Contra ct Terms and Conditions-Commercial Items (FEB 2007) (a) Inspection/Acceptance. The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming services at no increase in contract price. If repair/replacement or reperformance will not corr ect the defects or is not possible, the government may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights(1) within a reasonable time af ter the defect was discovered or should have been discovered; and (2) before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (c) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties. (d) Disputes. This contract is subject to the Contract Disputes Act of 1978, as amended (41 U.S.C. 601-613). Failure of the parties to this contract to reach agreement on any request for equitable adjus tment, claim, appeal or action arising under or relating to this contract shall be a dispute to be resolved in accordance with the clause at FAR 52.233-1, Disputes, which is incorporated herein by reference. The Contractor shall proceed diligently with per formance of this contract, pending final resolution of any dispute arising under the contract. (e) Definitions. The clause at FAR 52.202-1, Definitions, is incorporated herein by reference. (f) Excusable delays. The Contractor shall be liable for default u nless nonperformance is caused by an occurrence beyond the reasonable control of the Contractor and without its fault or negligence such as, acts of God or the public enemy, acts of the Government in either its sovereign or contractual capacity, fires, flo ods, epidemics, quarantine restrictions, strikes, unusually severe weather, and delays of common carriers. The Contractor shall notify the Contracting Officer in writing as soon as it is reasonably possible after the commencement of any excusable delay, se tting forth the full particulars in connection therewith, shall remedy such occurrence with all reasonable dispatch, and shall promptly give written notice to the Contracting Officer of the cessation of such occurrence. (h) Patent indemnity. The Contractor shall indemnify the Government and its officers, employees and agents against liability, including costs, for actual or alleged direct or contributory infringement of, or inducement to infringe, any United States or foreign patent, trademark or copyright, arising out of the performance of this contract, provided the Contractor is reasonably notified of such claims and proceedings. (j) Risk of loss. Unless the contract specifically provides otherwise, risk of loss or damage to the supplies provided under t his contract shall remain with the Contractor until, and shall pass to the Government upon: (1) Delivery of the supplies to a carrier, if transportation is f.o. b. origin; or (2) Delivery of the supplies to the Government at the destination specified in the contract, if transportation is f.o.b. destination. (n) Title. Unless specified elsewhere in this contract, title to items furnished under the contract shall pa ss to the Government upon acceptance, regardless of when or where the Government takes physical possession. (p) Limitation of liability. Except as otherwise provided by an express warranty, the Contractor will not be liable to the Government for consequent ial damages resulting from any defect or deficiencies in accepted items. (q) Other compliances. The Contractor shall comply with all applicable Federal, State and local laws, executive orders, rules and regulations applicable to its performance under this contract. (r) Compliance with laws unique to Government contracts. The Contractor agrees to comply with 31 U.S.C. 1352 relating to limitations on the use of appropriated funds to influence certain Federal contracts; 18 U.S.C. 431 relating to officials not to benefit; 40 U.S.C. 3701; Contract Work Hours and Safety Standards Act; 41 U.S.C. 51-58, Anti-Kickback Act of 1986; 41 U.S.C. 265 and 10 U.S.C. 2409 relating to whistleblower protections; 49 U.S.C. 40118, Fly American; and 41 U.S.C. 423 relating to procu rement integrity. (s) Order of precedence. Any inconsistencies in this solicitation or contract shall be resolved by giving precedence in the following order: (1) The schedule of supplies/services. (2) The Assignments, Disputes, Payments, Invoice, Other Co mpliances, and Compliance with Laws Unique to Government Contracts paragraphs of this clause. (3) The clause at 52.212-5. (4) Addenda to this solicitation or contract, including any license agreements for computer software. (5) Solicitation provisions if t his is a solicitation. (6) Other paragraphs of this clause. (7) The Standard Form 1449. (8) Other documents, exhibits, and attachments; and (9) The specification. (End of clause). Addendum to FAR 52.212-4. 1. Hours of Operation. Normal working hours are 7 :30 a.m. until 5:00 p.m., Monday through Friday excluding Federal Holidays. The following Federal Holidays are observed at Fort Carson, Colorado: January 1st, 3rd Monday of January, 3rd Monday of February, Last Monday of May, July 4th, 1st Monday of Septem ber, 2nd Monday of October, November 11th, 4th Thursday of November, and December 25th. When a holiday falls on a Sunday, the following Monday will be observed as a holiday and when a holiday falls on a Saturday, the preceding Friday is observed as a holid ay by U.S. Government Agencies. Any other Congressional or Presidential imposed Federal Holiday. Far 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 30 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 Governme nt 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 6 years. (End of clause). Option to Exten d Services Temporarily. In the event that the Government may need the continuing services of the Contractor for a short period after this contract would otherwise have expired, the Contracting Officer may require continued performance for up to six months beyond the date on which the contract would otherwise have expired. If this option is exercised, the extension shall include all of the provisions of this contract, including this clause. To exercise this option, the Contracting Officer must give the Contr actor written notice at least 15 days before the expiration date of the contract. DODI 5120.4, E4.1.10.4.3 Default. (a) The Government may, by written notice of default to the contractor, terminate this contract in whole or in part if the contractor fails to: (1) Deliver the CE publications in the quantities required or to perform the services within the time specified in this contract or any extension; (2) Make progress, so as to endanger performance of this contract; (3) Perform any of the other provisions of this contract. (b) If the Government terminates this contract in whole or in part, it may acquire, under the terms and in the manner the Contracting Office r considers appropriate, supplies or services similar to those terminated. However, the contractor shall continue the work not terminated. (c) The rights and remedies of the Government in this clause are in addition to any other rights and remedies provide d by law or under this contract. DODI 5120.4, E4.1.10.4.4 Termination for Convenience of the Government. The Contracting Officer, by written notice, may terminate this contract, in whole or in part if the services contracted for are no longer required by the Government, or when it is in the Governments interest, such as with installation closures. Any such termination shall be at no cost to the Government. DODI 5120.4, E4.1.10.5 Term of Contract. Civilian Enterprise (CE) contracts may be entered into for an initial period of up to two years, and may contain options to extend the contract for one or more additional periods of one or two years duration. The total period of the contract, including options, shall not exceed six years, after which the contra ct must be recompeted. DODI 5120.4, E4.1.10.6 Exercise of Options. Under normal circumstances, when the contractor is performing satisfactorily, options for additional periods of performance should be exercised. However, the exercise of the option is th e exclusive right of the Government. DODI 5120.4, E4.1.10.7 Modification of the Contract. Any changes to the SOW or other terms and conditions of the contract shall be made by written contract modification signed by both parties. Please contact Jeanene Gerstenkorn via e-mail for the Statement of Work. All questions regarding the combined synopsis/solicitation and SOW must be submitted no later than August 28, 2007. RFP is due September 7, 2007 by 4:30 p.m. Mountain Time. Proposals and questions can be e- mailed to Jeanene.Gerstenkorn@us.army.mil, faxed to 719-526-5333, or mailed to Directorate of Contracting, Attn: Jeanene Gerstenkorn, 1676 Evans St., Bldg 1220, 3rd Floor, Fort Carson CO 80913-5198. Reference #W911RZPOSTGUIDE on your proposal. Phone calls will not be accepted.
 
Place of Performance
Address: ACA, Fort Carson Directorate of Contracting, 1676 Evans Street, Building 1220, 3rd Floor Fort Carson CO
Zip Code: 80913-5198
Country: US
 
Record
SN01375133-W 20070818/070816221807 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.