Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 04, 2009 FBO #2686
SOLICITATION NOTICE

T -- Base Guide and Map - Statement of Work - Past and Present Performance Questionaire - AFI 35-101 AETC Supplement - AFI 35-101

Notice Date
4/2/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511140 — Directory and Mailing List Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Columbus AFB, Contracting Squadron, 555 Seventh Street, Suite 113, Columbus AFB, Mississippi, 39710-1006
 
ZIP Code
39710-1006
 
Solicitation Number
FA3022-09-BASE-GUIDE
 
Archive Date
4/28/2009
 
Point of Contact
Dustin E. Wade,, Phone: 6624347766, Christopher White,, Phone: 662-434-7760
 
E-Mail Address
dustin.wade@columbus.af.mil, christopher.white@columbus.af.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AFI 35-101 AFI 35-101 AETC Supplement Past and Present Performance Questionaire Statement of Work This is a 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-32. The contractor shall furnish all personnel, plant, labor, materials, equipment and tools necessary to provide a Base Guide, Telephone Directory, and Installation Map for Columbus AFB. Specifications of the requirement are detailed in the attached statement of work(SOW). FOB: Destination for delivery is Columbus AFB, MS. Period of Performance will be a period of two years from date of award with four two-year option periods. This acquisition will be solicited as a Request for Proposal (RFP). The associated North American Industry Classification System (NAICS) for this procurement is 511140 and the small business size is 500 employees. This is advertised as 100% small business set-aside. A "No Cost" contract will result from this solicitation. All publisher sales of advertisement in conjunction with the production and publishing of these items belong to the publisher and constitute full contractual consideration IAW paragraph 4 of the SOW. The publisher shall look exclusively to such advertising sales for all publishing costs and profits if any. Neither appropriated nor non-appropriated funds will be used to pay for this publication IAW paragraph 5 of the SOW. IAW FAR 52.212-2, Evaluation -- Commercial Items, award will be based on technical proposals and past performance. An in-depth analysis of each proposal against the evaluation factors will be performed. Award will be made to the responsible contractor whose offer, conforming to the solicitation, provides the best value to the government. Subjective judgment on the part of the government is implicit in the source selection process. Interested businesses are required to submit the following: Technical Proposal 1) Statement of Capabilities (SOC) demonstrating: (Please limit document to no more than ten pages) a) Technical Capabilities -Ability to produce quality photo reproduction -Printing clarity and quality for color and black and white printing b) Paper Quality -Proposed paper stock/weight -Proposed cover stock/weight c) Timeliness -Proposed production timeline -Current workload impact 2) One copy of a previous base guide and map (or similar product) to be used as an example of capabilities. 3) Completed copy of the attached Statement of Work (SOW). Past Performance 1) Statement of Experience/Qualifications (Please limit document to two pages) -Summary of relevant performance history. 2) Past Performance questionnaires. a) Questionnaires shall be provided by the offeror to up to three references. References will then submit questionnaires directly to Dustin Wade via email or fax. b) Offeror shall submit a list of the three references contacted (with points of contact and applicable telephone numbers, fax numbers, addresses and email addresses, if available). All offers shall be mailed to 14th Comptroller and Contracting Squadron, Attn: Dustin Wade, 555 Seventh St, Ste 113, Columbus AFB MS 39710-1006. The due date for all proposals is 13 April 2009 by 4:30 p.m. CDT. Note that FAR 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. All interested parties must be registered with the Central Contractor Registration (CCR) as prescribed in DFARS 252.204-7004 and 252.232-7009. CCR can be accessed at www.ccr.gov or by calling 1-888-227-2423. The CCR registration must be completed before award. In addition, the clauses FAR 52.212-4, Contract Terms and Conditions-Commercial Items and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, apply to this solicitation. Specifically, the following clause cited is applicable: FAR 52.222-26, Equal Opportunity. Full text of the clauses may be accessed at: http://farsite.hill.af.mil OR at www.arnet.gov/. Attachments 1) Statement of Work 2) Past Performance Questionaire 3) AFI 35-101 4) AFI 35-101 AETC Supplement
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=ada52b0bb0cbaa411385de8cdcf9ca7d&tab=core&_cview=1)
 
Place of Performance
Address: 555 Seventh St, Suite 113, Columbus AFB, Mississippi, 39710, United States
Zip Code: 39710
 
Record
SN01784126-W 20090404/090402220631-ada52b0bb0cbaa411385de8cdcf9ca7d (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.