Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2004 FBO #0947
MODIFICATION

76 -- Educational Book

Notice Date
6/28/2004
 
Notice Type
Modification
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, Fleet and Industrial Supply Center Jacksonville, 110 Yorktown Ave 3rd Floor, Code 200, Jacksonville, FL, 32212-0097
 
ZIP Code
32212-0097
 
Solicitation Number
N6883604T0192
 
Response Due
7/2/2004
 
Archive Date
7/17/2004
 
Point of Contact
Tisa Clark, Contract Specialist, Phone 904 542-1248, Fax 904 542-1098,
 
E-Mail Address
Tisa.Clark@navy.mil
 
Description
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. Solicitation number N68836-04-T-0192 applies and is issued as a Request for Quotation. This procurement is unrestricted and all responsible business concerns may submit an offer. This announcement constitutes the request for the required material under RFQ N68836-04-T-0192. The North American Industry Classification System (NAICS) Code is 424920 and the Small Business Size Standard is 100 employees. This procurement will be awarded using the Simplified Acquisition Procedures Test Program outlined in FAR part 13.5. CLIN 0001 is for 1700 Educational books, which are to be purchased for and delivered to the Defense Activity for Non-Traditional Education Support (DANTES), 6490 Saufley Field Rd., Pensacola, Florida, 32509-5243. FOB destination. Delivery is six (6) weeks after award of contract or sooner. The Educational book must provide a list on institutions of higher learning that are accredited by national and regional accrediting agencies recognized by the Council for Higher Education Accreditation (CHEA) and recognized by the U.S. Department of Education. The book must provide a list of public and private, two-year, four-year and vocational institutions of higher education throughout the United States, as well as U.S. chartered schools in countries abroad. It must provide both degree-granting and non-degree granting educational institutions, with each entry providing the institution’s name and address, includes a brief description, denotes any membership in a public higher education system, and lists: date of first accreditation, type of accreditation, name of accrediting agency, type of academic calendar, levels of degrees offered, specialized accreditation(s), name and title of chief executive officer, latest enrollment figure and professional accreditation. It also must list those institutions that are in candidacy status for accreditation The following FAR provisions and clauses apply to this solicitation and are incorporated by REFERENCE: 52.247-34 FOB Destination (Nov 1991), 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999), 52.212-1 Instructions to Offers-Commercial (OCT 2000), 52.212-4 Contract Terms and Conditions--Commercial Items (FEB 2002), 52.233-3 Protest After Award (AUG 1996), 52.243-1 Changes-Fixed Price (AUG 1987), 52.246-2 Inspection of Supplies-Fixed Price (AUG 1996). The following FAR and DFAR provisions and clauses are incorporated by FULL TEXT: 52.215-5 Facsimile Proposals (OCT 1997), 52.212-3 Offeror Representations and Certifications-Commercial Items (JUL 2002), DFAR 252.225-7000, Buy American Act-Balance of Payments Program Certificate (SEP 1999), DFAR 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995), DFAR 252.204-7004, Required Central Contractor Registration (NOV 2001), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (MAY 2002). Within 52.212-5, the following clauses apply: 52.203-6 Restrictions on Subcontractor Sales to the Government (JUL 1995), 52.222-3, Convict Labor (JUN 2003)(E.O.11755), 52.222-21 Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (APR 2002), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C.4212), 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C.793), 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (38 U.S.C 4212), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). ), DFAR 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (MAR 2003). Within DFAR 252.212-7001, the following clauses apply: 52.203-3 Gratuities (APR 1984), 252.225-7001 Buy American Act and Balance of Payment Program (MAR 1998), 252.225-7012 Preference for Certain Domestic Commodities (FEB 2003), 252.243-7002 Certification of Requests for Equitable Adjustment (MAR 1998). The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number, 6) Offeror shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items and 252.212-7000 Offeror Representations and Certifications-Commercial Items (NOV1995) with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price and price-related factors. This solicitation will be evaluated on the following factors: 1) PRICE, 2) PAST PERFORMANCE. Quotations must be received no later than 2:00 P.M., 25 Jun 04. Quotations must be in writing and may be faxed or mailed to the following. Attn: Tisa Clark, Fleet and Industrial Supply Center Jax, Bldg 110 - 3rd Floor, Naval Air Station Jacksonville FL 32212. Fax 904-542-1098 Telephone 904-542-1248, EMAIL: tisa.clark@navy.mil NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (28-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DON/NAVSUP/N688361/N6883604T0192/listing.html)
 
Place of Performance
Address: Defense Activity for Non-Traditional Educational Support (DANTES), 6590 Saufley Field Rd., Pensacola, FL
Zip Code: 32509-5243
Country: USA
 
Record
SN00611669-F 20040630/040628213844 (fbodaily.com)
 
Source
FedBizOpps.gov 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.