Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,1999 PSA#2367

United States Air Force, Air Force Materiel Command, Kirtland -- Operational Contracting, Det 8 AFRL/PKO, Operational Contracting Division, 2000 Wyoming Blvd SE, Kirtland AFB, NM, 87117-5606

R -- PRINT AND MAIL SERVICE FOR BASE NEWSLETTER SOL F29650-99-QV054 DUE 061799 POC Maggie Howe, Contract Specialist, Phone (505) 846 -- 8391, Fax (505) 846 -- 4083, Email howem@plk.af.mil -- Beverly Findlay, Deputy Divsion Chief, Phone (505) 846 -- 4531, Fax (505) 846 -- 7692, Email findlayb@plk.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=F29650-99-QV0 54&LocID=1242. E-MAIL: Maggie Howe, howem@plk.af.mil. This is 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; proposals are being requested and a written solicitation will not be issued. The solicitation number, F29650-99-QV054, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-11. The proposed purchase order is 100% set aside for small business concerns. Interested offerors shall indicate their size qualification in association with SIC 7389, size standard $5.0 million. The proposed purchase order contains one Contract Line Item Number, the quantity is "12", the unit of measure is "Each". The Operational Contracting Division, Services Contracting Branch, at Kirtland Air Force Base intends to award a purchase order pursuant to FAR Subpart 12.6 for the printing and mailing of a monthly newsletter subject to the following Government requirements: an individual newsletter shall consist of four 11" x 17" pages, one fold; paper shall be 60# white, 11" offset rolls, one color ink; mailing service shall include making and applying labels, fold and tab, and zip code sort; contractor shall pick up the label disk and camera ready copy of the newsletter from Kirtland Air Force Base 10 business days in advance of delivery of the final monthly product; contractor shall deliver finished product to any U. S. Postal Station; Services Squadron mailing permit shall be used; contractor shall replenish mailing account, which will be initially funded by the Government, and shall submit invoices for reimbursement on a monthly basis, thereafter. Interested offerors shall submit quotes for monthly production of this publication in quantities ranging from 8,000, 9,000, and 10,000 per month. Place of delivery and acceptance is Kirtland Air Force Base. FAR Part 52.212-2 applies to this acquisition. The Government will evaluate quotes in response to this announcement and will award a purchase order to the responsible offeror whose quote, is determined to offer the best value to the Government. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows listed in descending order of importance: (i) The offeror shall demonstrate their printing capability by submitting a minimum of 3 samples of publications of a similar nature produced by the offeror within the past three years; (ii) The offeror shall indicate what their understanding of this publishing requirement is and what responsibility the offeror bears in the process; (iii) The offeror shall provide at least 5 references in order that the Government may verify the past performance record of the offeror providing this type of service or similar service within the past three years. This information shall include the following: the kind of publishing service provided, the length of time, the approximate dollar value of the service, and a current point of contact including a complete telephone number and a complete address for the reference; (iv) The offeror shall provide the price for providing 8,000, 9,000, and 10,000 copies of the monthly publication . Criteria (i) through (iv), when combined, are approximately equal in importance to price. A determination of responsibility will be made and will include past performance and financial soundness verification from sources obtained by the Government. The provision at FAR Part 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are requested to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with their offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, is hereby incorporated by reference. The following paragraphs apply to this solicitation and any resultant contract (a)(1) 52.222-3, (a)(2) 52.233-3, (b)(1) 52.203-6, Alternate 1, (b)(11) 52.222-21, (E)(1) 52.222-26, (E)(2) 52.222-35, (E)(3) 52.222-36, (b)(22) 52.232-33, (c)(1) 52.222-41, Service Contract Act of 1965 (Services Contract Act, Wage Determination Number 94-2361, Rev 10, dated 07/28/1998 applies), (c)(2) 52.222-42, DFARS 252,212-7001, and 252.225-7007. Referenced FAR clauses and Wage Determination Number 94-2361, Rev 10 will be made available upon request. The Defense Priorities and Allocations System (DPAS) assigned rating is S10. Offers and accompanying requested documentation shall be submitted no later than 4 p.m. on 17 June 1999, to Operational Contracting, Services Contracting Branch/AFRL-PKOV, 2000 Wyoming Blvd SE, Building 20604, Room B-22, attn: Margaret Howe. Contact Margaret Howe at 505-846-8391 for information regarding this solicitation. Posted 06/11/99 (D-SN342261). (0162)

Loren Data Corp. http://www.ld.com (SYN# 0053 19990615\R-0004.SOL)


R - Professional, Administrative and Management Support Services Index Page