SOLICITATION NOTICE
T -- Edwards AFB Base Newspaper - Statement of Work
- Notice Date
- 2/17/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511110
— Newspaper Publishers
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 95 CONS, 5 South Wolfe Avenue, Edwards Air Force Base, California, 93524
- ZIP Code
- 93524
- Solicitation Number
- FA930111MC001
- Archive Date
- 4/1/2011
- Point of Contact
- Tylan J McBride, Phone: 6612776943, Steven Barry, Phone: (661) 277-3346
- E-Mail Address
-
tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil
(tylan.mcbride@edwards.af.mil, steven.barry@edwards.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis and solicitation for commercial items, prepared in accordance with the format in FAR Subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a written solicitation will not be issued. The solicitation number is FA9301-11-M-C001. This is a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-48 and DFARs Parts Notice (DPN) 20110214. North American Industry Classification System (NAICS) is 511110; Small Business size standard is 500. AFFTC/PKOA Edwards AFB, CA is soliciting a RFP to publish a Weekly Base Newspaper, a commercial enterprise newspaper published to provide audiences news and command information of Edwards Air Force Base IAW Statement of Work. (please see attached Statement of Work), for the 95Th Air Base Wing Public Affairs Office Edwards AFB, CA. IAW DFARS 252.204-7004, all firms or individuals responding must be registered with the Central Contractor Registration (CCR). To register, please visit http://www.ccr.gov Offerors shall electronically complete FAR 52.212-3, Offer or Representations and Certification -- Commercial Items at Website http://www.bpn.gov/orca. POTENTIAL CONTRACTORS CAN ACCESS THIS CLAUSE AND THE CCR SITE ON THE INTERNET FOLLOWING THESE URLs: http://farsite.hill.af.mil and http://www.ccr.gov/. This solicitation incorporates one or more solicitation provisions and clauses by reference, with the same force and effect as if they were given in full text. To read the provisions and clauses in full text go to http://www.farsite.hill.af.mil. The Government reserves the right to add or remove any provision or clause for its benefit. Provision 52.212-1, Instructions to Offerors--Commercial; 52.212-4, Contract Terms and Conditions--Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for Workers with Disabilities); 52.217-5, Evaluation of Options; 52.217-8, Option to Extend Services; 52.217-9, Option to Extend the Term of the Contract; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era); 52.228-5, Insurance - Work on a Government Installation; Central Contractor Registration; Offerors must complete a copy of the provision 52.212-3, Offeror Representations and Certifications--Commercial Items with the offer. The following DFARs clauses apply to this acquisition: clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisition of Commercial Items (REVISED 10 AUG 2010). Please include the following information: Cage Code, Tax Identification Number, and fill-in the on-line Representation Certification Application (go to www.bpn.gov) to register. Description of requirements: CLIN 0001AA Publish civilian enterprise (CE) Newspaper 24 May 2011 - 31 Dec 2011. Run on a mutual agreement on a year to year basis not to exceed 6 years. Base year operating from 24 May 2011 - 31 Dec 2011. CLIN 0002AA Option Publish civilian enterprise (CE) Newspaper 1 Jan 2012 - 31 Dec 2012. Run on a mutual agreement on a year to year basis not to exceed 6 years. CLIN 0003AA Option Publish civilian enterprise (CE) Newspaper 1 Jan 2013 - 31 Dec 2013. Run on a mutual agreement on a year to year basis not to exceed 6 years. CLIN 0004AA Option Publish civilian enterprise (CE) Newspaper 1 Jan 2014 - 31 Dec 2014. Run on a mutual agreement on a year to year basis not to exceed 6 years. CLIN 0005AA Option Publish civilian enterprise (CE) Newspaper 1 Jan 2015 - 31 Dec 2015. Run on a mutual agreement on a year to year basis not to exceed 6 years. CLIN 0006AA Option Publish civilian enterprise (CE) Newspaper 1 Jan 2016 - 31 Dec 2016. Run on a mutual agreement on a year to year basis not to exceed 6 years. PROPOSAL EVALUATION FACTORS: 1. Contract Agreement Award a. The Government will award a contract resulting from this Request for Proposal to the responsible offeror whose offer conforming to the Statement of Work will be most advantageous to the Government. The criteria and the procedures the Government will use for evaluation of proposals and source selection are described in this Request for Proposal. b. The Government may award a contract on the basis of initial offers received without discussion. Therefore, each initial offer should contain the publisher's best terms from the ability to meet the selection criteria and provide the Government the best possible service and product. 2. Selection Criteria: The technical group will review the written data and may contact offereor for clarifications to the request for proposal. An on-site visit of the contractor's plant may be conducted to determine the ability to perform. Since exchange of rights constitutes the consideration in a commercial enterprise newspaper contract, the best obtainable product and service in exchange for those rights shall be the primary criteria for selection. General elements the technical group will evaluate, in descending order of importance, are: a. Capability, quality of photo reproduction, color and black and white, variety of type fonts and screens available, quality of paper stock, and availability of spot color on request. b. Convenience of communication between publisher and the public affairs office. Distance, use of computer equipment, and ease of communication. c. Ability to meet the contract requirements, current workload, number of copies to be delivered and ability to deliver the paper on time. Ability to meet or beat deadlines established in the contract with respect to other work. d. Experience. Past performance, particular experience in publishing this type of newspaper, and evidence of quality workmanship. e. Services that are proposed beyond or in addition to those required in the Request for Proposal. Any interested parties believing they can meet all the requirements as stated within the attached SOW, may submit a proposal. Oral proposals will not be accepted. Proposals must be submitted on an all or none basis. Your quote must include delivery date, tax identification number, cage code, and DUNS number. All information furnished shall be in writing and must contain sufficient detail to allow the government technical representative to evaluate and determine if it can meet the requirement. Send all information via email to Tylan.Mcbride@edwards.af.mil. Any information provided is strictly voluntary. The Government will not pay for information submitted in response to this combined synopsis. To be considered: Proposals are due at the Air Force Flight Test Center (AFFTC) Contracting Squadron 5 South Wolfe Avenue, Edwards AFB, CA, 93524, on Thursday, March 17, 2011 2:00 p.m., Pacific Standard Time. Email transmission of proposals is preferred, please respond to tylan.mcbride@edwards.af.mil; phone: (661) 277-6943. Faxed transmission of proposals is acceptable. Fax: (661)-275-7853 (Please call to verify receipt of fax) Offerors are required to submit with their proposals enough information for the Government to evaluate the requirements detailed in the Statement of Work. The following provisions and clauses may apply: Further Information on ORCA may be obtained from the ORCA Help Menu, <http://orca.bpn.gov/help.aspx>. This help menu includes ORCA background information, frequently asked questions (FAQ), and the ORCA Handbook, 52.212-3 Alternate I, 52.225-4, 52.225-4 Alternate I, 52.222-22, 52.222-25, and 252.212-7000 with their offer. 52.252-1 -- Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The Government reserves the right to add or remove any provision or clause for its benefit. 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. Provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Provision at 52.212-2 -- Evaluation -- Commercial Items. (Jan 1999) --The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the SOW will be most advantageous to the Government, with other factors considered. The following other factors shall be used to evaluate offers: (i) Technical capability to meet the Government requirement (ii) Proposal evaluation factors mentioned previously in solicitation (iii) Past performance (Provide at least three (3) references of the most recent and relevant contracts directly relating to the attached SOW, performed within the last three (5) years. Include name, address, telephone number, and e-mail address of references. Also, provide a brief description of the work performed, contract number, and period of performance.) 52.212-3 Offeror Representations and Certifications -- Commercial Items 52.209-2 Prohibition on Contracting With Inverted Domestic Corporations 52.209-6 Protecting the Governments Interest 52.219-8 Utilization of Small Business Concerns 52.222-22 Previous Contracts and Compliance Reports 52.222-25 Affirmative Action Compliance 52.222-26 Equal Opportunity 52.225-4 Buy American Act -- North American Free Trade Agreement -- Israeli Trade Act Certificate 52.225-4 Alternate I 252.212-7000 Offeror Representations and Certifications--Commercial Items 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. The full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil. 52.212-4 Contract Terms and Conditions - Commercial Items 52.212-5 Contract Terms and Conditions Required to Implement Statutes 52.219-28 Post-Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 Convict Labor 52.222-19 Child Labor---Cooperation with Authorities and Remedies. 52.222-21 Prohibition of Segregated Facilities 52.222-26 Equal Opportunity 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36 Affirmative Action for Workers with Disabilities 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-41 Service Contract Act 52.222-42 Statement of Equivalent Rates for Federal Hires 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.225-3 Buy American Act -- North American Free Trade Agreement 52.225-3 Alternate I 52.225-13 Restrictions on Certain Foreign Purchases 52.228-5 Insurance - Work on a Government Installation (Jan1997) 52.233-3 Protest after Award 52.233-4 Applicable Law for Breach of Contract Claim 52.243-1 Changes (Aug 1987) 252.203-7000 Requirements Relating to Compensation of Former DOD Officials 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items 252.225-7001 Buy American Act, Balance of Payment Program 252.232-7010 Levies 252.247-7023 Transportation of Supplies by Sea 252.247-7023 Alternate III (May 2002) 5352.201-9101 Ombudsmen 5352.223-9000 Elimination of Use of Class I Ozone Depleting Substances (ODS) 5352.242-9000 Contractor Access to Air Force Installations (Aug 2007)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/12345/FA930111MC001/listing.html)
- Place of Performance
- Address: 95Th Air Base Wing Public Affairs Office, Edwards AFB, California, 93524, United States
- Zip Code: 93524
- Zip Code: 93524
- Record
- SN02382164-W 20110219/110217234153-907a3a7a04c1f182680f92138f6a9d83 (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 |