Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOLICITATION NOTICE

R -- Annual membership in the Communications Executive Council (CEC)

Notice Date
8/17/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
813920 — Professional Organizations
 
Contracting Office
Other Defense Agencies, Defense Finance and Accounting Service, Contract Services Directorate, Columbus, 3990 East Broad Street, Bldg #21, Room 2B218, Columbus, Ohio, 43218
 
ZIP Code
43218
 
Solicitation Number
HQ0423-15-T-0031
 
Archive Date
9/5/2015
 
Point of Contact
Teresa Knotts, Phone: 614-701-2767
 
E-Mail Address
teresa.a.knotts.civ@mail.mil
(teresa.a.knotts.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
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; quotes are being requested and a written solicitation will not be issued. The solicitation number is HQ0423-15-T-0031 and is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-83, effective August 3, 2015. The Government intends to include the FAR, DFARS, and DFAS clauses and provisions listed in this solicitation, to include any addenda, either by reference or in full text in the resulting award and are not all inclusive. The FAR and DFARS clauses may be accessed in full text at http://farsite.hill.af.mil/. This requirement is unrestricted in regard to business size. The associated NAICS code is 813920, Professional Organizations, and the small business size standard is $15.0M. Contract line items, quantities, and units of measure Base Year - CLIN 0001 - 1 Each 1st Option Year - CLIN 0002 - 1 Each 2nd Option Year - CLIN 0003 - 1 Each Description There are no other known entities that can provide the required services. The intent is to issue an order for an agency based annual membership in the Communications Executive Council (CEC), a program of the Corporate Executive Board for one year including two one-year option periods. Description of Need Corporate Executive Board (CEB) Membership August 17, 2015 Requirement: Annual Membership to the CEB Communications Leadership Council for DFAS Corporate Communications. Description of Supplies/Services Required: The DFAS Corporate Communications Director requires a yearly membership/subscription to the Corporate Executive Board's Communications Leadership Council. The membership provides access to a suite of services for a flat, fixed annual cost and supports Communications Executives' decision-making and the day-to-day actions of their teams. Research performed using the membership addresses issues of concern to division heads and their staff and allows members to learn from other organizations to address common problems. The membership is designed to serve the Corporate Communications planning community and their staffs. (End of Statement of Need) Performance Periods The period of performance is anticipated to begin September 26, 2015 through September 25, 2016. The resulting award will include two one-year option periods that may be exercised at the discretion of the Government. Place of Performance (Requiring Activity) The requirement to be provided is for Defense Finance and Accounting Service (DFAS), 8899 East 56th Street, Indianapolis, IN 46249. Inspection and Acceptance Terms F.O.B. destination with inspection at destination, inspection by Government, acceptance at destination, and acceptance by Government. The provision of 52.212-1, Instruction to Offers - Commercial, applies to this acquisition. Evaluation Procedures The factor used to evaluate quotes in conjunction with the requirements of the statement of need will be price. Options will be evaluated at time of award. The Government will evaluate quotes for award purposes by adding the total price for all option years to the total price for the basic year. Evaluation of options will not obligate the Government to exercise the option(s). A single award will be made to the responsible vendor whose quote conforms to the combined/synopsis solicitation and is most advantageous to the Government. Additional clauses, terms and conditions that apply to this acquisition Quoters are encouraged to complete their representations and certifications online at https://www.sam.gov/portal/public/SAM/. Otherwise, quoters are to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, with their proposal. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation), applies to this acquisition. 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards JUL 2013 52.204-19 Incorporation by Reference of Representations and Certifications. DEC 2014 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations--Representation DEC 2014 52.209-6 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment AUG 2013 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations DEC 2014 52.212-3 Alt I Offeror Representations and Certifications--Commercial Items (MAR 2015) Alternate I OCT 2014 52.213-2 Invoices APR 1984 52.214-34 Submission Of Offers In The English Language APR 1991 52.214-35 Submission Of Offers In U.S. Currency APR 1991 52.217-5 Evaluation Of Options JUL 1990 52.219-1 Alt I Small Business Program Representations (Oct 2014) Alternate I MAY 2014 52.219-28 Post-Award Small Business Program Rerepresentation JUL 2013 52.222-3 Convict Labor JUN 2003 52.222-18 Certification Regarding Knowledge of Child Labor for Listed End Products FEB 2001 52.222-21 Prohibition Of Segregated Facilities APR 2015 52.222-22 Previous Contracts And Compliance Reports FEB 1999 52.222-25 Affirmative Action Compliance APR 1984 52.222-26 Equal Opportunity APR 2015 52.222-35 Equal Opportunity for Veterans JUL 2014 52.222-36 Equal Opportunity for Workers with Disabilities JUL 2014 52.222-37 Employment Reports on Veterans JUL 2014 52.222-50 Combating Trafficking in Persons MAR 2015 52.223-18 Encouraging Contractor Policies To Ban Text Messaging While Driving AUG 2011 52.225-13 Restrictions on Certain Foreign Purchases JUN 2008 52.225-20 Prohibition on Conducting Restricted Business Operations in Sudan--Certification AUG 2009 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-- Representation and Certifications. DEC 2012 52.232-33 Payment by Electronic Funds Transfer--System for Award Management JUL 2013 52.232-39 Unenforceability of Unauthorized Obligations JUN 2013 52.233-3 Protest After Award AUG 1996 52.233-4 Applicable Law for Breach of Contract Claim OCT 2004 52.237-3 Continuity Of Services JAN 1991 52.242-15 Stop-Work Order AUG 1989 52.247-34 F.O.B. Destination NOV 1991 52.253-1 Computer Generated Forms JAN 1991 252.203-7000 Requirements Relating to Compensation of Former DoD Officials SEP 2011 252.203-7002 Requirement to Inform Employees of Whistleblower Rights SEP 2013 252.203-7005 Representation Relating to Compensation of Former DoD Officials NOV 2011 252.204-7003 Control Of Government Personnel Work Product APR 1992 252.204-7004 Alt A System for Award Management Alternate A FEB 2014 252.204-7006 Billing Instructions OCT 2005 252.204-7011 Alternative Line Item Structure SEP 2011 252.204-7012 Safeguarding of Unclassified Controlled Technical Information NOV 2013 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System--Statistical Reporting in Past Performance Evaluations JUN 2015 252.225-7001 Buy American And Balance Of Payments Program-- Basic (Nov 2014) NOV 2014 252.225-7002 Qualifying Country Sources As Subcontractors DEC 2012 252.225-7048 Export-Controlled Items JUN 2013 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports JUN 2012 252.232-7006 Wide Area WorkFlow Payment Instructions MAY 2013 252.232-7010 Levies on Contract Payments DEC 2006 252.237-7010 Prohibition on Interrogation of Detainees by Contractor Personnel JUN 2013 252.243-7001 Pricing Of Contract Modifications DEC 1991 252.247-7023 Transportation of Supplies by Sea APR 2014 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within seven days before the contract expiration date. (End of clause) 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 three years. (End of clause) 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/ (End of provision) 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) 52.252-5 AUTHORIZED DEVIATIONS IN PROVISIONS (APR 1984) (a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of"(DEVIATION)" after the date of the provision. (b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of provision) 52.252-6 AUTHORIZED DEVIATIONS IN CLAUSES (APR 1984) (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the clause. (b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the name of the regulation. (End of clause) DAS 52.204-9000 "REPLACEMENT OF PAPER DOCUMENT DISTRIBUTION WITH ELECTRONIC DOCUMENT ACCESS (EDA)" (June 2012) Copies of DFAS contracts and modifications are available on the Electronic Document Access (EDA) website at http://eda.ogden.disa.mil. The website provides access information as well as EDA Help Desk Support. (End of clause) DAS 52.223-9000 Environmentally Preferable Products (July 2013) a. The Environmentally Preferable Products clause is included in this contract to articulate the Government's policies on Green Contracting. FAR 23.403 sets forth the Federal Government's policy to acquire items composed of the highest percentage of recycled-content practical, in a cost effective manner while still obtaining other contracting goals. Recycled-content products are identified in the Environmental Protection Agency's Comprehensive Procurement Guidelines (CPGs). The United States Department of Agriculture (USDA) will be producing a similar list which designates Bio-based products. EPA guideline items (and USDA designated bio-based products, when designated) are seen as the minimum that should be considered when evaluating environmentally preferable materials. Other environmentally preferable materials and products not listed, but commonly used in industry outside of the Government, should also be considered. b. Executive Order 13423 (January 24, 2007) required federal agencies to use sustainable environmental practices, including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products. Moreover, it required that paper of at least 30 percent post-consumer fiber content must be acquired or used in Agency acquisitions of goods and services. c. Executive Order 13514 (October 5, 2009), required federal agencies to analyze internal processes and revise reporting requirements in order to achieve such results as improvement of water use and efficiency, promoting pollution prevention and elimination of waste. But more particularly as related to procurement, an emphasis was placed on efforts to advance sustainable acquisitions to ensure that 95 percent of new contract actions including task and delivery orders, for products and services with the exception of acquisition of weapon systems, are energy-efficient (Energy Star or Federal Energy Management Program (FEMP) designated - FAR 52.223-15, and -16 when specific to computer products), water-efficient (Goals within Executive Order 13514), bio-based (FAR 52.223-1 & -2), environmentally preferable (FAR 52.223-10) and/or Electronic Product Environmental Assessment Tool (EPEAT - FAR 52.223-16) certified, non-ozone depleting (FAR 52.223-11), contain recycled content, or are non-toxic or less-toxic alternatives (FAR 52.223-3 & DFARS 252.223-7006), where such products and services meet agency performance requirements. 1. Mandatory Use of Paper and Other Products with Recycled Content. (a) All paper utilized in the performance of this contract must be of at least 30 percent post-consumer fiber content. (b) The contractor affirmatively acknowledges that it will, to the maximum extent practicable, use sustainable environmental practices including acquisition of bio-based, environmentally preferable, energy-efficient, water-efficient, and recycled-content products in the performance of this contract that meet the recycled-content recommendations for EPA designated items, which are found at http://www.epa.gov/epaoswer/non-hw/procure/products.htm. In addition, by responding to this solicitation the contractor is certifying the deliverables required under this contract shall meet the recycled-content recommendations for EPA designated items (FAR 52.223-17). 2. Notice of Green Alternatives in Offerors' Product/Service. (a) When offering a product or service that contains "Green" components as that term is defined at http://www.epa.gov/epaoswer/non-hw/procure/products.htm, the contractor shall make the Contracting Officer aware of such facts in the submission of their quote or proposal. (b) The contractor, when appropriate, shall comply with FAR Clause 52.223-9 Estimate of Percentage of Recovered Material Content for EPA Designated Products and provide the certification required by FAR 52.223-4 when required. 3. Affirmative Duty of Contractors to Adhere to Green Contracting Policy. (a) Whenever practicable, the Contractor has an affirmative duty to examine its packaging to eliminate or reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable material for non-recyclable material in packaging. (b) Whenever practicable, the Contractor has an affirmative duty to find other materials utilized in the delivery of services under this contract and examine whether it can reduce waste by volume, toxicity and/or weight and to utilize or substitute recyclable materials for non-recyclable materials of items consumed in the furnishing of their services. (End of clause) DAS 52.233.9000 Agency Protests (March 2013) Agency protests shall be resolved by the contracting officer. As an alternative, an independent review at a level above the contracting officer is available upon request by an offeror. (End of provision) Payment: Reference clauses 52.232-33, 252.232-7003, and 252.232-7006. SAM (System for Award Management): Ensure that you provide your cage code and company name when responding. Note that in order to do business with the Government; companies must have an assigned cage code that can be obtained when you do your registration. The web site is https://www.sam.gov/portal/public/SAM/. Quoter Information: The following information must be included with your quote. Cage Code Company Name Point of Contact Telephone Number Email Address DUNS Number TIN (Taxpayer Identification Number) Business Size/Classification (Applicable NAICS is 713940) Date Quotes are due August 21, 2015 at 2:00 P.M. EST. Point of Contact (POC): Teresa Knotts Defense Finance and Accounting Service (DFAS) Contract Services Directorate 3990 East Broad Street Building 21 2B218 Columbus, OH 43213-1152 Telephone: (614) 701-2767 Facsimile: (614) 701-2918 Email: teresa.a.knotts.civ@mail.mil Facsimile and e-mail quotes are acceptable and preferred. You are encouraged to ensure that quotes are received by the POC. Furnish quotes to the POC on or before the closing time listed in this combined synopsis/solicitation. All responsible sources may submit a quote which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/DFAS/Columbus/HQ0423-15-T-0031/listing.html)
 
Place of Performance
Address: Requesting Agency:, 8899 East 56th Street, Indianapolis, Indiana, 46249, United States
Zip Code: 46249
 
Record
SN03842228-W 20150819/150817235536-798e9e496759abaeb5fec161c428776a (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.