Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

76 -- Memory Joggers - Delivery Locations

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA AQ, 6350 Walker Lane, Suite 200, Alexandria, Virginia, 22310-3226, United States
 
ZIP Code
22310-3226
 
Solicitation Number
S5105A-11-Q-0028
 
Archive Date
9/24/2011
 
Point of Contact
Jeffrey A. Vittone, Phone: 8047340422
 
E-Mail Address
jeffrey.vittone@dcma.mil
(jeffrey.vittone@dcma.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Delivery Locations and site QTYs DEFENSE CONTRACT MANAGEMENT AGENCY (DCMA) PROCUREMENT CENTER, FT LEE, VIRGINIA COMBINED SYNOPSIS/SOLICITATION Memory Jogger Books SOLICITATION# S5105A-11-Q-0028 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. Solicitation number S5105A-11-Q-0028 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38 and DFARS Change Notice DCN 20091210. This solicitation is being issued 100% Small Business Set-Aside. The associated NAICS code is 424920. Pursuant to FAR 13.5, this acquisition shall comply with the Test Program for Certain Commercial Items. This is a brand name description. As such, the provision at FAR 52.211-6, Brand Name (AUG 1999) applies to this RFQ. The brand name, manufacturer, and part numbers/model numbers, must meet. This acquisition is for the following items as identified in each Contract Line Item Number (CLIN): CLIN:0001 ITEM:Memory Joggers 2, 2nd Edition ISDN: 978-1-57681-113-9 4,000 EA The Contractor shall provide all items F.O.B. destination. Location of the Government site is: SEE ATTACHMENT 1 FOR MULTIPLE CONUS DELIVERY LOCATIONS and will be identified in the contract. The Government anticipates award of a Firm Fixed Price contract. The Government intends to award one contract as a result of this solicitation; however, the Government reserves the right to award no contract at all, depending on the quality of offers submitted. TECHNICAL SPECIFICATIONS: Memory Joggers 2, 2nd Edition Author- Michael Brassard & Diane Ritter Size- 3.5 inches x 5.5 inches Language- English Binding- spiral Bound ISDN: 978-1-57681-113-9 QTY - 4,000 EA SECTION I The following Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) provisions and clauses apply to this acquisition: FAR 52.204-7 Central Contractor Registration; FAR 52.212-1 Instructions to Offers-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items (filled in as follows: Technical specifications, delivery, and price); FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items; FAR 52.247-34 F.O.B. Destination; FAR 52.252-1 Solicitation Provisions Incorporated by Reference; FAR 52.252-2 Clauses Incorporated by Reference; DFARS 252.204-7004 Alternate A, Central Contractor Registration; DFARS 252.211-7003 Item Identification and Valuation; DFARS 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; DFARS 252.225-7000 Buy American Act-Balance of Payments Program Certificate; DFARS 252.243-7001 Pricing of Contract Modifications. The following clauses apply under FAR 52.212-5: FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-41 Service Contract Act of 1965; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. The following clauses apply under DFARS 252.212-7001: DFARS 252.225-7001 Buy American Act and Balance of Payments Program; DFARS 252.232-7003 Electronic Submission of Payment Requests. Offerors shall provide completed copies of FAR 52.212-3 or their Online Representations and Certification Application (ORCA) record. Additionally, the offerors shall provide completed copies of DFARS 252.225-7000 with their quote. ORCA is located at http://orca.bpn.gov. The provisions and clauses can be found at FAR website: http://www.arnet.gov/far/ and DFARS website: http://www.acq.osd.mil/dpap/dars/dfars/index.htm. SECTION L INSTRUCTIONS TO OFFERORS Offerors responding to this announcement shall submit their quote in accordance with FAR 52.212-1. Submission of quote shall include response to the following: (1) Technical specifications: Memory Joggers 2, 2nd Edition Author- Michael Brassard & Diane Ritter Size- 3.5 inches x 5.5 inches Language- English Binding- spiral Bound ISDN: 978-1-57681-113-9 (2) Price: All pricing quoted shall be F.O.B. destination for all locations The offeror shall carefully review the Technical Specification and quote all costs that will be necessary for the offeror to successfully perform the contract. (3) Delivery days After Receipt of Order(ARO) (4) Past Performance (As requested by Contracting Officer) Past performance is an indicator of a contractor's ability to perform satisfactorily on future awards and is a record of contractor's conformance to specifications, quality conformance, adherence to contract schedules, and commitment to customer satisfaction. The Government will utilize the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov to evaluate contractor past performance for those contractors having previously performed on a Federal Government contract(s). PPIRS is a web-enabled, government-wide application that collects quantifiable and narrative contractor past performance information from all Federal contracting agencies and provides a contractor's previous performance based on Federal Stock Class (FSC) or Product Service Code (PSC). In the event no information is available in PPIRS, the offeror may be requested to submit information on past and current Federal, State and local government as well as private sector contracts performed by the offeror within the last three years that are similar in nature to this acquisition; or may assign a neutral rating for the offeror. By submitting past performance information, the offeror agrees to permit the Government's representative to contact the listed reference and inquire of the offeror's performance. Provide the following information: Tax identification number (TIN) Dun & Bradstreet Number (DUNS) Complete Business Mailing Address CAGE Code/NAICS Code Contact Name Contact Phone Contact Fax Number Contact email address INSPECTION AND ACCEPTANCE CRITERIA Final inspection and acceptance of all deliverables will be performed at the place of delivery by the Inspector/Acceptor listed in clause 252.232-9003 of the resulting award or other authorized Government Representative. FINAL REPORT The contractor shall provide a final report, to the Inspector/Acceptor listed in clause 252.232-9003 of the resulting award, at the conclusion of this effort. The report will summarize objectives achieved, significant issues, problems and recommendations to improve the process in the future. ADMINISTRATIVE CONSIDERATIONS Correspondence To promote timely and effective administration, correspondence shall be subject to the following procedures: POC for this RFQ: Jeffrey A. Vittone Contract Specialist, DCMAN-W Defense Contract Management Agency 3901 A Ave; Bldg 10500 Fort Lee, Virginia 23801-1809 Telephone: 804-734-0422 jeffrey.vittone@dcma.mil INVOICING The resulting Purchase Order will include DFARS Clause 252.232-7003, Electronic Submission of Payment Invoices. The Defense Contract Management Agency (DCMA) has implemented Wide Area Work Flow Receipt and Acceptance (WAWF-RA) as its method of electronic submission of invoices and government inspection and acceptance, and it is the only acceptable format for submitting invoices and receiving reports. Any payment request that is not submitted in electronic form WILL BE REJECTED by the Defense Finance Accounting Services (DFAS). If the contractor is unable to submit invoices using WAWF-RA, the contractor should immediately notify the Contracting Officer and provide rationale as to why the contractor is unable to use WAWF-RA. Information regarding WAWF-RA can be found at https://wawf.eb.mil/. The WAWF-RA training site is accessible at http://www.wawftraining.com. In addition, vendors can attend DCMA-provided training. Contact Ms. Carol Albany, DCMA Information Technology Electronic Business Directorate, at carol.albany@dcma.mil, or telephone (703) 428-0540 to arrange for training. SECTION M EVALUATION CRITERIA The basis for award is best value. "Best value" means the expected outcome of the acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. Pursuant to FAR 52.212-2, the factors for evaluation are: (1) Technical Capabilities, (2) Price, (3) Delivery and (4) Past Performance. FACTOR 1 - Technical Capabilities Deliver the following: Memory Joggers 2, 2nd Edition Author- Michael Brassard & Diane Ritter Size- 3.5 inches x 5.5 inches Language- English Binding- spiral Bound ISDN: 978-1-57681-113-9 QTY - 4,000 EA FACTOR 2 - Price When making a Best Value Determination the Contracting Officer will consider price as an equal factor to all other non-priced factors when combined. FACTOR 3 - Delivery The Contractor's ability to delivery all requirements to sites designated in the Delivery Schedule (Attachment 1). FACTOR 4 - Past Performance Offeror's past performance will be evaluated to determine how well the offeror demonstrated compliance with prior contract requirements for work similar in nature to the work described in the Technical Specification. The Government will utilize the Past Performance Information Retrieval System (PPIRS) at www.ppirs.gov to evaluate contractor past performance for those contractors having previously performed on a Federal Government contract(s). PPIRS is a web-enabled, government-wide application that collects quantifiable and narrative contractor past performance information from all Federal contracting agencies and provides a contractor's previous performance based on Federal Stock Class (FSC) or Product Service Code (PSC). A neutral rating may be applied for any contractor not having data available within PPIRS. The Government may also consider past performance information obtained through source(s) provided from the offeror or other sources. Past performance information will be evaluated based upon a comparative assessment among offerors.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DCMA/DSPPMRO/DCMA-OCB/S5105A-11-Q-0028/listing.html)
 
Place of Performance
Address: See Attachment 1 for Delivery Locations and site specific quantities., United States
 
Record
SN02537915-W 20110819/110817235346-8be5c914fa91ae4baebe3824dd1723f1 (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.