Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

69 -- AFICA_Airman_Handbook_MP3_Files - Package #1

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
512210 — Record Production
 
Contracting Office
AFICA - AFICA- CONUS
 
ZIP Code
00000
 
Solicitation Number
FA3002_17_Q_0001
 
Point of Contact
Bridget Graham, Phone: 210-652-6156, Antoinette Davis,
 
E-Mail Address
bridget.graham.2@us.af.mil, antoinette.davis.1@us.af.mil
(bridget.graham.2@us.af.mil, antoinette.davis.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Word Count Pricing Sheet (Attachment 3) Script for Quote (Attachment 2) Statement of Need (Attachment 1) Contracting Office Address Department of the Air Force, 338th Specialized Contracting Squadron, 2021 First Street West, JBSA-Randolph TX, 78150-4302 Description Airman Handbook MP3 Files The Air Force requires a recording of audio files for enlisted study guides. The recording will be the single source reference for the Promotion Fitness and USAF Supervisory examinations. In addition, the recorded audio files will define enlisted professional development through the military knowledge and Testing Standard System. The contractor shall develop, create, and deliver MP3 Recordings to meet Profession of Arms Center of Excellence (PACE) objectives in accordance with the Statement of Need (SON) dated 13 Apr 17. A minimum of 22 chapters will be professionally read with approximately 308,497 words. A Firm-Fixed Priced Award will be in accordance with the following: (i) This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.603 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being accepted and a written solicitation will not be issued. (ii)This solicitation, number FA3002-17-Q-0001, is issued as a Request for Quote (RFQ). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulars 2005-83. (iv)In accordance with FAR Part 19.502-2, Total Small Business Set-aside Procedures, this procurement is set aside for Small Businesses. The NAICS Code is 512210; size standard is $7,500,000.00. (v)Contract Line Item Numbers (CLIN), description, quantities, and units of issue: CLIN: 0001 QUANTITY: 1 UNIT OF ISSUE: EA DESCRIPTION: PROVIDE AUDIO FILES FOR EACH CHAPTER OF THE AFH-1, IAW THE STATEMENT OF NEED (ATTACHMENT 1) (vi)DESCRIPTION OF SUPPLIES/SERVICES See Attachment 1, SON dated 13 Apr 17. (vii)The anticipated award is for 3-month performance. Place of Delivery will be JBSA-Randolph TX. Acceptance (FOB: Destination) will be conducted by PACE. (viii)The provision at 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), applies to this acquisition. 52.212-1 Addendum. Paragraph (c) of this clause is tailored as follows: (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm for 180 calendar days from the date specified for receipt of offers. (a)Offerors must provide a web link containing a brief audio file representing their ability to produce a clear audio file (see Attachment 2 Script for Quote). In addition, quotes will be submitted based on word count per chapter (see Attachment 3, Word Count Pricing Sheet). (ix)In accordance with FAR 52.212-2 Evaluation - Commercial Items (Oct 2014). (a)Award will be made utilizing Simplified Acquisition Procedures. Evaluation procedures in FAR 13.106-2 will be utilized. The Contracting Officer will make a determination that the total Firm-Fixed Price is fair and reasonable based on the factors contained herein. (b)The Government intends to award a Firm-Fixed Price contract resulting from this solicitation to the responsible offeror whose offer represents the best value to the Government for the performance of all requirements identified in the SON (Attachment 1). The best value determination will be made based on Lowest Price Technically acceptable (LPTA) evaluation strategy. Only those quotes determined to be technically acceptable will be considered for award. Technical tradeoffs will not be made and no additional credit will be given for exceeding acceptability. Technical acceptability is defined as the ability to meet the criteria outlined in the attached SON (Attachment 1). (c)The Firm-Fixed Price shall include any volume or spot discounts. Since the Government intends to award a contract without discussions with respective offerors, you are encouraged to offer your most advantageous pricing in the initial response. (x)In accordance with FAR 52.212-3, Offeror Representation and Certifications - Commercial Items (Jan 2017), Offerors are reminded that Representations and Certifications are to be maintained at the following website: http://www.sam.gov/portal In the event Representations and Certifications are not on file, offerors must include a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items that can be obtained online at http://farsite.hill.af.mil FAR Part 52 or http://www.sam.gov/portal. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://www.sam.gov/portal. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (u) of this provision. (xi)The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017), applies to this acquisition. Addenda to the clause: 52.212-4 Addendum. Paragraph (c) of this clause is 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: (1)Administrative changes such as changes in the paying office, appropriation data, etc. (xii)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2017) (Deviation), applies to this acquisition. (xiii)The clause at 52.217-8, Option to Extend Services (Nov 1999) applies to this acquisition. 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 30 days of contract expiring. (xiv)ADDITIONAL REQUIREMENT(S) OR TERMS AND CONDITIONS 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 address: http://farsite.hill.af.mil. 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 address: http://farsite.hill.af.mil. The following provisions and clauses (incorporated by reference) apply to this acquisition (with the same force and effect as if they were given in full text): 52.203-3, Gratuities (Apr 1984); 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006); 52.203-6, Alt I; (Oct 1995) 52.204-4, Printed or Copied Double-Sided on Postconsumer Fiber Content Paper (May 2011); 52.204-7, System for Award Management (Oct 2016); 52.204-9, Personal Identity Verification of Contractor Personnel (Jan 2011); 52.209-6, Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.219-14, Limitations on Subcontracting (Jan 2017); 52.219-28, Post-Award Small Business Program Representation (Jul 2013); 52.222-19, Child Labor Cooperation With Authorities and Remedies (Oct 2016) (E.O.13126) 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) 52.222-3, Convict Labor (Jun 2003); 52.222-21, Prohibition of Segregated Facilities (Apr 2015); 52.222-26, Equal Opportunity (Sep 2016); 52.222-35, Equal Opportunity for Veterans (Oct 2015); 52.222-36, Equal Opportunity for Workers With Disabilities (Jul 2014); 52.222-37, Employment Reports on Veterans (Feb 2016); 52.222-49, Service Contract Labor Standards - Place of Performance Unknown (May 2014); 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-5, Pollution Prevention and Right-to-Know Information (May 2011); 52.224-1, Privacy Act Notification (Apr 1984); 52.224-2, Privacy Act (Apr 1984); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (Jul 2013); 52.233-1, Disputes (May 2014); 52.233-2, Service of Protest (Sep 2006); 52.233-3, Protest After Award (Aug. 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004); 52.245-1, Government Property (Jan 2017); 52.245-9, Use and Charges (Apr 2012); 252.201-7000, Contracting Officer's Representative (Dec 1991); 252.203-7000, Requirements Relating to Compensation to 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); 252.204-7000, Disclosure of Information (Oct 2016); 252.204-7003, Control of Government Personnel Work Product (APR 1992); 252.204-7004, Alternate A, System for Award Management (Feb 2014); 252.205-7000, Provision of Information to Cooperative Agreement Holders (Dec 1991); 252.209-7004, Subcontracting with Firms That Are Owned or Controlled by the Government of a Country that is a State Sponsor of Terrorism (Oct 2015); 252.211-7007, Reporting of Government-Furnished Property (Aug 2012); 252.225-7001, Buy American and Balance of Payments Program-Basic (Dec 2016) 252.225-7002, Qualifying Country Sources as Subcontractors (Dec 2016) 252.225-7031, Secondary Arab Boycott of Israel (June 2005) 252.227-7015, Technical Data-Commercial Items (Feb 2014) 252.227-7037, Validation of Restrictive Markings on Technical Data (Sep 2016) 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Jun 2012); 252.232-7006, Wide Area WorkFlow Payment Instructions (May 2013); 252.232-7007, Limitation of Government's Obligation (Apr 2014); 252.232-7010, Levies on Contract Payments (Dec 2006) 252.243-7001, Pricing of Contract Modifications (Dec 1991); 252.245-7001, Tagging, Labeling, and Marking of Government-Furnished Property (Apr 2012); 252.245-7002, Reporting Loss of Government Property (Apr 2012); 252.245-7003, Contractor Property Management System Administration (Apr 2012); 252.245-7004, Reporting, Reutilization, and Disposal (Sept 2016); 252.247-7023, Transportation of Supplies by Sea-Basic (Apr 2014) AFFARS 5352.201-9101 OMBUDSMAN (JUN 2016) (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 interested 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, the interested party may contact the ombudsman, [Insert names, addresses, telephone numbers, facsimile numbers, and e-mail addresses of Center/MAJCOM/DRU/AFRCO/SMC ombudsman/ombudsmen]. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested 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 (571) 256-2395, facsimile number (571) 256-2431. (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: The following list of products, if applicable to this order, must comply with Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794(d)). 1. Software applications and operating systems 2. Web-Based internet and internet information and applications 3. Telecommunications products 4. Video and multimedia products 5. Self-contained, closed products 6. Desktop and portable computers Further information and guidance can be found at http://www.section508.gov (xv)Interested parties capable of providing the above must submit a written quote (see all Attachments) to include discount terms, Cage Code, DUNS number, and Tax Identification Number. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management database, NO EXCEPTIONS. To register, visit http://www.sam.gov. Deadlines: To be considered, the complete quote must be received not later than 3:00 PM CST on 5 June 17. Quotes received after 3:00 PM CST on 5 June 17 will be late and will not be considered for award. All quotes must be in English. All quotes shall be submitted via email to the Contract Specialist, Bridget Graham, at bridget.graham.2@us.af.mil with a courtesy copy to the Contracting Officer, Antoinette Davis, at email address antoinette.davis.1@us.af.mil. NOTE: United States mail to U.S. facilities is processed prior to delivery and therefore your packages may be delayed. It is highly recommended that Offerors submit their quote by Overnight Express or other express service to insure receipt of offers by quote due date. Do allow time for security checking of all packages. Offeror is advised to notify both the Contracting Officer and Specialist via e-mail when a quote is submitted and/or when planning to hand carry a quote. (xvi) Points of Contact: Bridget Graham, Contract Specialist, Phone 210-652-6156 Email: bridget.graham.2@us.af.mil Antoinette Davis, Contracting Officer, Phone: 210-652-9197 Email: antoinette.davis.1@us.af.mil. Mailing/Physical Address: TO BE OPENED BY ADDRESSEE ONLY 338 SCONS/PKD Attn: Bridget Graham/Antoinette Davis 2021 First Street West, Bldg 853 JBSA-RANDOLPH TX 78150-4302 Place of Performance: JBSA-Randolph TX Attachments: 1) Statement of Need dated 13 Apr 17 2) Script for Quote 3) Word Count Pricing Sheet
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/6fd3186a50562ab9c493cfe05387ce21)
 
Place of Performance
Address: JBSA-Randolph, JBSA-Randolph, Texas, 78150, United States
Zip Code: 78150
 
Record
SN04514704-W 20170520/170519000649-6fd3186a50562ab9c493cfe05387ce21 (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  © 1994-2020, Loren Data Corp.