Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2012 FBO #3939
SOLICITATION NOTICE

69 -- Perpetual video broadcast rights for four (4) videos - Statement of Requirement

Notice Date
9/4/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
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
F2XH312241A002
 
Point of Contact
Kevin F. Bowers, Phone: 334-953-8083, Rose Jordan, Phone: 334-953-6776
 
E-Mail Address
kevin.bowers.3@us.af.mil, rose.jordan.1@us.af.mil
(kevin.bowers.3@us.af.mil, rose.jordan.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
GENERAL INFORMATION The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg 804, Maxwell AFB, AL has a requirement to purchase items as described in this document. 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 announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (Reference-Number F2XH312241A002). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-60 (27 Aug 2012) and the Defense Federal Acquisition Regulation Supplement (DFARS) DPN 20120829. A Firm Fixed Priced Award will be made in accordance with the following SOR: NAICS Code: 519130; size standard: 500 employees. The Defense Priorities and Allocations System rating is C9E. IMPORTANT NOTE: THE GOVERNMENT IS SOLICITING FOR "OPEN MARKET" QUOTES ONLY. GENERAL SERVICES ADMINISTRATION (GSA) QUOTES WILL NOT BE CONSIDERED. NATURE OF ACQUISITON: The Eaker Center at Maxwell AFB, AL has a requirement to purchase the below listed item(s). This procurement will be awarded under Simplified Acquisition Procedures. All inquiries/responses to this notice must be received by 14 September 2012, 4:00 p.m CST. SCHEDULE OF SUPPLIES/SERVICES: This acquisition is for the purchase of the following items: Contract Line Item Number (CLIN) 0001 - After All, You Are The Supervisor (Brand Name or Equal) In order for an "or equal" product to be acceptable, it must meet the following essential physical, functional or performance characteristics. It shall cover these topics in approximately 30 minutes: 1. Awareness of being a supervisor and your new role 2. Delegation that includes planning and prioritizing tasks 3. Tips on developing your team 4. Effective communication with superiors and subordinates 5. Tips on effective discipline 6. Let employees know how they are doing by giving feedback 7. Lead by example CLIN 0002 - Supervisory Tool Kit (Brand Name or Equal) In order for an "or equal" product to be acceptable, it must meet the following essential physical, functional or performance characteristics. It shall contain at least five (5) vignettes of no more than three (3) minute duration covering these areas with a leader guide for debriefing each vignette: 1. Hiring talent 2. Coaching employees 3. Delegation 4. Effective feedback 5. Building trust and showing respect 6. Conflict management 7. Performance appraisals 8. Effective discipline CLIN 0003 - Positive Discipline (Brand Name or Equal) In order for an "or equal" product to be acceptable, it must meet the following essential physical, functional or performance characteristics. It shall go in depth with discipline in a positive manner. The video shall contain: 1. Preparing for an employee performance improvement discussion 2. Discussing the issue appropriately (and legally) 3. Resolving the issue with the employee taking responsibility 4. Balancing the desired outcome with securing the employee's commitment to change positively CLIN 0004 - Accountablity Tool Kit (Brand Name or Equal) In order for an "or equal" product to be acceptable, it must meet the following essential physical, functional or performance characteristics. It shall contain at least two (2) vignettes of no more than about 3-5 minute duration covering these areas with a leader guide for debrieifing each vignette on employee accountability: 1. Set deadlines 2. Seek improvements 3. Clear directions with goals 4. Understand and apply ethical decision making 5. Solve problems 6. Employ customer service techniques to those you work with or support 7. Be technically competent 8. Model a positive attitude 9. Establish high standards 10. Communicate your needs professionally 11. Employ active listening to gather feedback to improve yourself and/or your work output 12. Model accountability 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. a. The offeoror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation - and an "or equal" video (see para "b" below). In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, "Schedule of Supplies/Services" and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale. b. "Or Equal" Videos: If other than brand name videos are proposed, offeror must submit videos with their response to this solicitation for evaluation purposes only. Once videos have been evaluated, offeror may elect to have videos returned. Offeror must provide a statement with "or equal" video stating that item must be returned; accompanied by shipping instructions. ALL VIDEOS REQUIRED TO BE RETURNED WILL BE AT "NO COST" TO THE GOVERNMENT. VIDEOS WITH OUR RETURN SHIPPING INSTRUCTIONS WILL BE DISPOSED BY THE GOVERNMENT. c. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications - Commercial Items DFARS 252.225-7035. d. Offerors must provide a unit price and extended price for all items referenced in the "SCHEDULE OF SUPPLIES/SERVICES". e. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS. f. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the Systems Acquisition Management (SAM) database, no exceptions. To register, please visit https://www.sam.gov/portal/public/SAM/. IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract. BASIS FOR AWARD Award will be based on technical acceptability and price as follows: a. Technical Acceptability. Brand name videos will be determined acceptable. The government shall evaluate "or equal" videos on a pass'fail basis by assigning ratings of "Met" or "Did Not Meet" against the following criteria. b. Video Compliance: Offeror's video must be "brand name or equal." "Or equal videos" must meet the specifications outlined in the "SCHEDULE OF SUPPLIES/SERVICES" section of this solicitation for CLINS 0001 through 0004. All offerors rated as "Met" 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 52.211-6 - Brand Name or Equal 52.211-17 - Delivery of Excess Quantities 52.212-1 - Instructions of Offerors - Commercial Items 52.212-4 - Contract Terms and Conditions -- Commercial Items 52.232-33 - Payment by Electronic Funds Transfer - Central Contractor Registration 52.233-4 - Applicable Law for Breach of Contract Claim 252.203-7002 - Requirement to Inform Employees of Whistleblower Rights 252.204-7003 - Control of Government Personnel Work Product 252.204-7004, Alternate A - Central Contractor Registration, Alternate A 252.211-7008 - Use of Government-Assigned Serial Numbers 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports 252.232-7010 - Levies on Contract Payments 252.243-7001 - Pricing of Contract Modifications 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: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.209-6, Protecting the Governments Interest When Subcontracing with Contractors Debarred, Suspended, or Proposed for Debarment 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns 52.219-28, Post Award Small Business Program Representation 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 Veterans 52.222-36, Affirmative Action for Workers With Disabilities 52.222-37, Employment Reports on Veterans 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration FAR 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/vffara.htm (End of Clause) 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, and the following additional FAR clauses under paragraph (b) are applicable: 252.203-7000, Requirements Relating to Compensation of Former DoD Officials 252.225-7036, Buy American - Free Trade Agreements - Balance of Payments 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports 252.247-7023, Transportation of Supplies by Sea & Alt III AFFARS 5352.201-9101 OMBUDSMAN APR 2010 (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 or AFISRA ombudsmen, Primary: Mr. David Jones, Deputy Chief, Contracting Division, HQ AETC/PK; Alternate: Mr. Stephen Smith, Chief, Acquisition Support Branch, HQ AETC/PKA; Address: 2035 First Street West, Ste 1, Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; Facsimile Number: (210) 652-8344; and E-mail Addresses: david.jones@randolph.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU or ARISRA 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) NOTE 1 REQUIRED POSTERS Please utilize the following website to access and download as appropriate EEO posters, Service Contract posters, and disability posters required in accordance with 52.222-26, 52.222-41, and 52.222-36 respectively. http://www.dol.gov/osbp/sbrefa/poster/main.htm (End of Clause) NOTE 2 WAWF-ELECTRONIC SUBMISSION OF INVOICE Reference DFAR Clause 252.232-7003 "ELECTRONIC SUBMISSION OF PAYMENT REQUESTS." Invoices shall be submitted and accepted using Wide Area Workflow (WAWF) web-based system at https://wawf.eb.mil. For information on WAWF including web-based training, visit the web-site and click on "About WAWF". The web-site also contains detailed instructions for setting up your computer to achieve the best results with the system. If you have additional questions contact the WAWF-RA Customer Helpdesk at (866) 618-5988, Option 2 The following information codes will be required to submit your invoices correctly through WAWF: SELECT TYPE OF INVOICE: Contract Specialist/Administrator select only one (1) of the following: 1 Invoice and Receiving Report (Combo) (Creates two documents, an Invoice and a Receiving Report, within one data entry session (Combo). Creating both documents at the same time, rather than separately, is recommended. 0 Construction Invoice (Creates a Construction Payment Invoice from a contract for construction. Both an Inspector and a Contracting Officer must review and accept). Contract Number: Block 2 of the SF1449 Form (If this is a GSA Delivery Order award, enter the GSA NUMBER) Delivery Order: Block 4 of (Order Number) of SF1449 No Dashes - (if applicable) Pay DoDAAC: Block 16a (Payment will be made by) of SF1449 - Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment. The accounts payable mailing address can be located in Block 18a of SF1449. You can easily access payment information using the DFAS web site at http://www.dod.mil/dfas. Your contract/purchase order number or invoice will be required to inquire status of your payment. Issue by DoDAAC: Block 9 (Issued by) of SF1449. Contracting office that issued your contract - WAWF uses the code to route the document to the base. Admin DoDAAC: Block 16 (Administered by) of SF1449) Ship-To Code: Block 15 (Deliver To) of SF1449 - This is a crucial piece of information. It will be different for almost every contract issued. Ship-From Code: Not a required field for Air Force contracts. Inspected by DoDAAC: Block 15 (Deliver to) of SF1449 - If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector. Service Acceptor: Block 15 (Deliver to) of SF1449 - It is used to route documents to receiving service acceptor in WAWF. LPO DoDAAC/Ext: Not a required field for Air Force contracts. ADDITIONAL E-MAIL NOTIFICATIONS: The VENDOR and the DFAS Office will automatically receive a notice; after clicking SUBMIT WAWF will prompt for additional email submissions. The following E-Mail addresses MUST be input in order to prevent delays in processing: Receiver/Acceptor: barry.waite@us.af.mil Contract Specialist: kevin.bowers.3@us.af.mil Contracting Officer: rose.jordan.1@us.af.mil In addition to the requirement of this local clause, the Contractor shall meet the requirements of the appropriate payment clauses in this contract when submitting payment requests. (End of Clause) The following provisions apply: FAR 52.212-1, Instructions to Offerors, Commercial Items (Jan 2004), applies to this acquisition and is addended to delete paragraphs (e) Multiple offers and paragraph (h) Multiple Awards. FAR 52.212-3, ALT 1 - Offerors are reminded that Representations and Certifications are maintained at the following website: http://farsite.hill.af.mil/vfdfara.htm. In the event Representations and Certifications are not on file. Offerors must include a completed copy of the provisions at FAR Part 52 or on-line at http:wwfarsite.hill.af.mil. FAR 52.252-1, Solicitation Provisions Incorporated By Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm (End of Provision) Responses to this notice shall be provided in writing via e-mail to: SrA Kevin Bowers, Kevin.Bowers.3@us.af.mil. All responses shall be received NLT 4:00 PM CST on 14 Sep 2012. Email is the preferred method. Points of Contact: SrA Kevin Bowers, Contract Specialist, Phone (334) 953-8083, Fax (334) 953-3543. Alternate POC : Jeremy Kersey, Contract Specialist, Phone (334)953-4074, Jeremy.Kersey.1@us.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/MaxAFBCS/F2XH312241A002/listing.html)
 
Place of Performance
Address: 525 Chennault Circle, Maxwell AFB, Alabama, 36112, United States
Zip Code: 36112
 
Record
SN02866372-W 20120906/120905000137-958eeb9634320bf33b56bc083f8baa72 (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.