Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2009 FBO #2680
SOLICITATION NOTICE

76 -- Inscape Profile Assessment Disc

Notice Date
3/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511199 — All Other Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Maxwell AFB Contracting Squadron, 50 LeMay Plaza South, Bldg 804, Maxwell AFB, Alabama, 36112-6334
 
ZIP Code
36112-6334
 
Solicitation Number
FA3300-09-Q-INSCPDiSC
 
Archive Date
4/24/2009
 
Point of Contact
Areea D Malone, Phone: 334-953-3538
 
E-Mail Address
areea.malone@maxwell.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in the Schedule of Supplies/Services. This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This is solicited as a Total Small Business Set-Aside. Only quotes from certified small businesses will be evaluated. This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote, FA3300-09-Q-INSCPDiSC. The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-31 (19 Mar 2009) and the Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20090115. This purchase will be for a 11 month base period and 4, one-year options. A Firm Fixed Priced Award will be made in accordance with the following the Schedule of Supplies: NAICS Code: 511119; size standard: 500 employees The Defense Priorities and Allocations System rating is C9E. NATURE OF ACQUISITON: Headquarters Air University has a requirement to purchase the below listed studio equipment. The Schedule of Supplies/Services provides all items and quantities required. This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 09 APR 2009, 2:00 p.m CT. This acquisition is for the purchase of the following items: BASE PERIOD (15 Apr 2009- 28 Feb 2010): CLIN 0001: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 7,250 each CLIN 0002: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 1,250 each OPTION YEAR ONE (1 Mar 2010 - 28 Feb 2011): CLIN 1001: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 6,250 each CLIN 1002: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 1,250 each OPTION YEAR TWO (1 Mar 2011 - 29 Feb 2012): CLIN 2001: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 6,250 each CLIN 2002: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 1,250 each OPTION YEAR THREE (1 Mar 2012 - 28 Feb 2013): CLIN 3001: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 6,250 each CLIN 3002: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 1,250 each OPTION YEAR FOUR (1 Mar 2013 - 28 Feb 2014): CLIN 4001: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 6,250 each CLIN 4002: Inscape DiSC Preview Personal Profile Assessment Tool (10 Question Version); Estimated Quantity: 1,250 each All offerors must be authorized distributors of Inscape Publishing materials. Price is to include shipping and handling. All offerors must have NAICS Code 511119 listed on their CCR Profile. QUOTATION PREPARATION INSTRUCTIONS: To ensure timely and equitable evaluation of quotes, offerors must comply with instructions contained herein. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. The offeror must provide a written statement acceding to all solicitation requirements, including technical requirements and terms and conditions. Offerors must include a completed copy of the provision at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items, DFARS 252.212-7000, Offeror Representations and Certifications - Commercial Items, and DFARS 252.225-7000, Buy American Act Certificate with quotation. The offeror must provide the following statement with their quote: "I accede to all fo the requirements of this synopsis/solicitation, including specifications (CLINS 0001-0002 for the base period and all option years), terms and conditions, and delivery schedule (10 days ARO)." Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the DoD Central Contractor Registration (CCR) database, no exceptions. To register, please visit http://www.ccr.gov or by calling 1-888-227-2423. BASIS FOR AWARD This is a competitive best value acquisition utilizing simplified acquisition procedures authorized by FAR 13.5, "Test Program for Certain Commercial Items." The offeror by acceding (see quotation preparation and instructions) to the all of the requirements of the synopsis/solicitation, including specifications (CLINS 0001-0002 for the base period and all option years), terms and conditions, and delivery schedule (10 days ARO) will be determined technically acceptable. Award will then be based on price. CONTRACT TERMS AND CONDITIONS: The following clauses apply: By reference: 52.204-7: - Central Contractor Registration 52.212-4 -- Contract Terms and Conditions -- Commercial Items 252.225-7002, Qualifying Country Sources and Subcontractors 252.204-7004, Alternate A By Full Text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, and the following additional FAR clauses under paragraph (b) are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government 52.219-6, Notice of Total Small Business Aside 52.219-8, Utilization of Small Business Concerns 52.219-14, Limitation on Subcontracting 52.219-28, Post Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor- Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 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 Report on special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues of Fees 52.222-54, Employment Eligibility Verification 52.225-13 Restrictions on Certain Foreign Purchases 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders applies to this acquisition, and specifically the following clauses under paragraphs (a) and (b) are applicable: 52.203-3, Gratuities 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, Requests for Equitable Adjustment 252.247-7023, Transportation of Supplies by Sea 52.216-18 - Ordering (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from [15 April 2009 through 28 Feb 2010]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 -- Order Limitations. (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than 50, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 50; (2) Any order for a combination of items in excess of 100; or (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 15 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. (End of Clause) 52.216-21 -- Requirements (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated'' or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 28 Feb 2010.. (End of Clause) 52.217-6 -- Option for Increased Quantity The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor within [15 days]. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. 52.217-9 -- Option to Extend the Term of the Contract (a) The Government may extend the term of this contract by written notice to the Contractor within 15 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 Government 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 59 months. 52.252-2 - Clauses Incorporated by Reference This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address (es): http://farsite.hill.af.mil (End of clause) AFFARS 5352.201-9101 Ombudsman (Aug 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) All product items sold to the Government should be properly marked with manufacturer's name and part number (Commodities Only). Responses to this notice shall be provided in writing via e-mail to: Ms Areea Malone, at areea.malone@maxwell.af.mil. All responses shall be received NLT 2:00 PM CT on 9 April 2009. Email is the preferred method. Point of Contact: Areea Malone, Phone (334) 953-3538, Fax (334) 953-3543.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=6c2e0ba397816530db95e87bc62753e2&tab=core&_cview=1)
 
Place of Performance
Address: Maxwell Air Force Base, Montgomery, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN01779653-W 20090329/090327215730-6c2e0ba397816530db95e87bc62753e2 (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.