Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 27, 2013 FBO #4082
SOLICITATION NOTICE

76 -- Books - Solicitation

Notice Date
1/25/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511130 — Book Publishers
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2273 Reynolds Rd, Fort Sam Houston, Texas, 78234-7584, United States
 
ZIP Code
78234-7584
 
Solicitation Number
0010282795
 
Archive Date
2/16/2013
 
Point of Contact
Cynariah N. Wilkins, Phone: 2102213760
 
E-Mail Address
cynariah.n.wilkins.civ@mail.mil
(cynariah.n.wilkins.civ@mail.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation SOLICITATION The 502nd Contracting Squadron 2273 Reynolds Road, San Antonio, TX 78234 is issuing 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; quotes are being requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quote (RFQ) IAW FAR Part 12 and 13. This requirement is being solicited as a 100% Small Business Set Aside. The North American Industry Classification System (NAICS) Code for this requirement is 511130, Book Publishers manufacturing; with a size standard of 500 employees. This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-64 effective 17 Jan 2013. The Government intends to award one Firm-Fixed Price contract for Books at Fort Sam Houston, Texas 78234 in support of the Army Department Center and School. BID SCHEDULE: Potential Offerors are to provide a quote for the requirement listed below. Quote shall include a unit and total price for the following bid schedule: Description Qty Unit Price Total Price CLIN 0001 Tarascon Pediatric Emergency Pocketbook ISBN-13: 9780763780531 500 Each $ CLIN 0002 Tarascon Pock Pharamacopoeia 2012 Classic Army Edition ISBN:-13: 9781449606060 500 Each $ CLIN 0003 Tarascon Primary Care Pocketbook Third Edition ISBN-13: 9780763765873 500 Each $ CLIN 0004 Tarascon Pocket Orthopaedica, Third Edition ISNB-13: 9780763766016 500 Each $ CLIN 0005 Tarascon Adult Emergency Pocketbook, Fourth Edition ISBN-13: 9780763765880 500 Each $ This requirement can also be provided as a bundle. See below. CLIN 0001 Army Tarascon 2012 Bundle, ISBN: 9781449679026 500 Each $ Delivery Information FOB: Destination INSPECTION AND ACCEPTANCE: Destination DELIVERY: 30 days after day of contract Provisions and Clauses The following clauses and provisions are applicable to this solicitation and can be viewed through internet access at the Federal Acquisition Regulation (FAR) Site, http://farsite.hill.af.mil: FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards FAR 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations FAR 52.212-1, Instruction to the Offerors - Commercial Items FAR 52.212-3 Alt l, Offeror Representations and Certifications - Commercial Items. FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Jun 2010) (See Addendum below) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2012) (DEVIATION) FAR 52.219-1 Alt I, Small Business Program Representations FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-22, Previous Contracts and Compliance Reports FAR 52.222-26, Equal Opportunity FAR 52.222-36. Affirmative Action for Workers with Disabilities FAR 52.223-18, Encouraging Contractor Policies to Band Text Messaging While Driving FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-23, Assignment of Claims FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration FAR 52.233-3, Protests after Award FAR 52.233-4, Applicable Law for Breach of Contract Claim FAR 52.252-5, Authorized Deviations in Provisions FAR 52.252-6, Authorized Deviations in Clauses DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7000, Offeror Representations and Certifications--Commercial Items DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, with the following clauses selected: - DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials - DFARS 252.225-7001, Buy American Act and Balance of Payments Program - DFARS 252.247-7023 Alt III, Transportation of Supplies by Sea (END OF DFARS 252.212-7001 CLAUSE SELECTION) DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports DFARS 252.232-7010, Levies on Contract Payments DFARS 252.247-7023, Transportation of Supplies by Sea 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 (as): http://farsite.hill.af.mil//. (End of clause 52.252-1) FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998) 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 52.252-2) 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 quotes, 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 Mr. David E. Jones, HQ AETC/A7K 2035 First Street West Ste 1, Randolph AFB, TX 78150-4304, (210) 652-7907, fax (210) 652-8344, david.jones.3@us.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. As prescribed in 12.302(d) the following addenda is provided for solicitation provision FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) CONTRACT TERMS AND CONDITIONS - FEB 2012 COMMERCIAL ITEMS Reference FAR 52.212-4, Paragraph (c ) is hereby tailored as follows: (c ) Changes. Changes in the terms and conditions of this contract may be made only by written agreement of the parties with the exception of administrative changesSuch as paying office, appropriation data, etc., which may be changed unilaterally by the Government. Reference FAR 52.212-4, Paragraph (n) is hereby tailored as follows:(n) Title. Unless specified elsewhere in this contract, title to items furnished by this Contract shall pass to the government upon acceptance, regardless of when or where the Government takes physical possession. Title for commercially-available-off-the-shelf (COTS) software is exempt from this paragraph. The terms and conditions of the software licensing Agreement shall prevail in lieu thereof. FAR 52.204-99 (DEVIATION) System for Award Management Registration (August 2012)(DEVIATION) (a) Definitions. As used in this clause- "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor information required for the conduct of business with the Government. "Commercial and Government Entity (CAGE) code" means- (1) A code assigned by the Defense Logistics Agency (DLA) Logistics Information Service to identify a commercial or Government entity; or (2) A code assigned by a member of the North Atlantic Treaty Organization that DLA records and maintains in the CAGE master file. This type of code is known as an "NCAGE code." "Data Universal Numbering System (DUNS) number" means the 9-digit number assigned by Dun and Bradstreet, Inc. (D&B) to identify unique business entities. "Data Universal Numbering System+4 (DUNS+4) number" means the DUNS number means the number assigned by D&B plus a 4-character suffix that may be assigned by a business concern. (D&B has no affiliation with this 4-character suffix.) This 4-character suffix may be assigned at the discretion of the business concern to establish additional SAM records for identifying alternative Electronic Funds Transfer (EFT) accounts (see the FAR at Subpart 32.11) for the same concern. "Registered in the SAM database" means that- (1) The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the SAM database; (2) The Contractor's CAGE code is in the SAM database; and (3) The Government has validated all mandatory data fields, to include validation of the Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS), and has marked the record "Active". The Contractor will be required to provide consent for TIN validation to the Government as a part of the SAM registration process. "System for Award Management (SAM)" means the primary Government repository for prospective federal awardee information and the centralized Government system for certain contracting, grants, and other assistance related processes. It includes- (1) Data collected from prospective federal awardees required for the conduct of business with the Government; (2) Prospective contractor submitted annual representations and certifications in accordance with FAR Subpart 4.12; and (3) The list of all parties suspended, proposed for debarment, debarred, declared ineligible, or excluded or disqualified under the nonprocurement common rule by agencies, Government corporations, or by the Government Accountability Office. (b)(1) The Contractor shall be registered in the SAM database prior to submitting an invoice and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. (2) The SAM registration shall be for the same name and address identified on the contract, with its associated CAGE code and DUNS or DUNS+4. (3) If indicated by the Government during performance, registration in an alternate system may be required in lieu of SAM. (c) If the Contractor does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. (1) A contractor may obtain a DUNS number- (i) Via the internet at http://fedgov.dnb.com/webform or if the contractor does not have internet access, it may call Dun and Bradstreet at 1-866-705-5711 if located within the United States; or (ii) If located outside the United States, by contacting the local Dun and Bradstreet office. The contractor should indicate that it is a contractor for a U.S. Government contract when contacting the local Dun and Bradstreet office. (2) The Contractor should be prepared to provide the following information: (i) Company legal business name. (ii) Tradestyle, doing business, or other name by which your entity is commonly recognized. (iii) Company physical street address, city, state and Zip Code. (iv) Company mailing address, city, state and Zip Code (if separate from physical). (v) Company telephone number. (vi) Date the company was started. (vii) Number of employees at your location. (viii) Chief executive officer/key manager. (ix) Line of business (industry). (x) Company Headquarters name and address (reporting relationship within your entity). (d) Reserved. (e) Processing time for registration in SAM, which normally takes five business days, should be taken into consideration when registering. Contractors who are not already registered should consider applying for registration at least two weeks prior to invoicing. (f) The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. (g)(1)(i) If a Contractor has legally changed its business name, "doing business as" name, or division name (whichever is shown on the contract), or has transferred the assets used in performing the contract, but has not completed the necessary requirements regarding novation and change-of-name agreements in Subpart 42.12, the Contractor shall provide the responsible Contracting Officer sufficient documentation to support the legally changed name with a minimum of one business day's written notification of its intention to- (A) Change the name in the SAM database; (B) Comply with the requirements of subpart 42.12 of the FAR; and (C) Agree in writing to the timeline and procedures specified by the responsible Contracting Officer. (ii) If the Contractor fails to comply with the requirements of paragraph (g)(1)(i) of this clause, or fails to perform the agreement at paragraph (g)(1)(i)(C) of this clause, and, in the absence of a properly executed novation or change-of-name agreement, the SAM information that shows the Contractor to be other than the Contractor indicated in the contract will be considered to be incorrect information within the meaning of the "Suspension of Payment" paragraph of the electronic funds transfer (EFT) clause of this contract. (2) The Contractor shall not change the name or address for EFT payments or manual payments, as appropriate, in the SAM record to reflect an assignee for the purpose of assignment of claims (see FAR Subpart 32.8, Assignment of Claims). Assignees shall be separately registered in the SAM database. Information provided to the Contractor's SAM record that indicates payments, including those made by EFT, to an ultimate recipient other than that Contractor will be considered to be incorrect information within the meaning of the "Suspension of payment" paragraph of the EFT clause of this contract. (h) Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) ADDITIONAL INFORMATION: 1. QUOTATION PREPARATION INSTRUCTIONS: To assure the timely and equitable evaluation of quotations, vendors must follow the instructions contained herein. Vendors are required to meet all solicitation requirements, including terms and conditions, representations and certifications, and technical requirements, in addition to those identified as evaluation factors and if applicable, sub-factors. Quotations submitted in response to this Combined Synopsis/Solicitation must address the following evaluation factors ; FACTOR I - Price. FACTOR I - PRICE 1) An offer must be made on all items in the Bid Schedule for an offer to be eligible for consideration for award. 2. Basis of Award: The award will be made to the vendor whose quotation represents the best value to the government. Award will be made to the vendor who is deemed responsible and responsive, and represents the best value to the government based on selection of the lowest evaluated price. To be eligible for award, a quotation must be able to make an offer on all CLINs in the Bid Schedule, and provide all information required. If the quotation received does not provide pricing for all items then it will be determined unacceptable, the vendor will be excluded from competition and will not be considered for award. EVALUATION FACTORS 1. Price (Total) - The Government may assess the realism of proposed prices where a vendor's total evaluated price can realistically support the requirement herein. 2. Questions regarding this Request for Quote are to be directed ONLY to the 502d Contracting Squadron personnel, all questions must be submitted by 12:00 Noon, CST, 29 January 2013. Questions should be in writing and sent by email to Cynariah N. Wilkins, Contract Specialist, at cynariah.n.wilkins.civ@mail.mil. Answers considered material to the successful receipt of quotes will be made accessible to all potential vendors via an amendment to this solicitation. 3. Submit your quote no later than 5:00 P.M., Central Standard Time, 1 February 2013. Submit electronically by e-mail to, cynariah.n.wilkins.civ@mail.mil. Insert proposed unit and extended prices in the above price schedule for each contract line item number (CLIN). All pricing will remain valid from the date of submission for 30 days. All offers must submit a copy of a completed copy of their Representations and Certifications. 4. Point of Contact Information: A. The Contract Specialist for this requirement is: Cynariah N. Wilkins (210) 221-3760 cynariah.n.wilkins.civ@mail.mil B. The Contracting Officer for this requirement is: Larry D. Sizer (210) 221-3880 larry.d.sizer.civ@mail.mil 5. All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your contract number or invoice number will be required to inquire on the status of your payment.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/625f391aeda58a50ffdcc4f2e0db040d)
 
Place of Performance
Address: Fort Sam Houston, San Antonio, Texas, 78234, United States
Zip Code: 78234
 
Record
SN02972605-W 20130127/130125234322-625f391aeda58a50ffdcc4f2e0db040d (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.