SOLICITATION NOTICE
D -- Subscription Service - Exhibit A - Performance Work Statement
- Notice Date
- 1/9/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Fort Sam Houston, 502d Contracting Squadron, 2270 Rattlesnake Street, Ste 202, Fort Sam Houston, Texas, 78234-1800, United States
- ZIP Code
- 78234-1800
- Solicitation Number
- 0010067140A
- Archive Date
- 2/7/2012
- Point of Contact
- Cynariah N. Wilkins, Phone: 2102213760
- E-Mail Address
-
cynariah.n.wilkins.civ@mail.mil
(cynariah.n.wilkins.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Performance Work Statement List of Journals 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; quotes are being requested and a written solicitation will not be issued. This requirement is being solicited as Full and Open competition. The NAICS Code for this requirement is 519130, with a size standard of 500 employees. Solicitation number 0010067140 is issued as a Request for Quote (RFQ). This document incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2005-54 effective 02 Dec 2011. The Government intends to award one contract for Subscription Services for the Stimson Library located on Fort Sam Houston, Texas. Include the unit price and the extended price for all CLINs 1. CLIN 0001: Subscription Services; Quantity 1 LOT Review the attached Performance Work Statement for a full description of the required services. Indicate which titles you are not able to provide. Proposals must contain Contractor's Technical Approach to fulfill the requirement detailed in the PWS. All attachments submitted with the solicitation shall be in Word or Excel format. FOB: Destination INSPECTION AND ACCEPTANCE: Destination PERIOD OF PERFORMANCE: One year from date of award. The following provisions and clauses apply to this procurement: FAR 52.204-4, Printed or Copied Double-Sided on Recycle Paper FAR 52.204-7, Central Contractor Registration FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards FAR 52.212-1, Instructions to Offerors-Commercial Items FAR 52.212-3, Offeror Representations and Certification-Commercial Items (all offerors shall include a completed copy of this provision with their proposal); an offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision; FAR 52.212-4, Contract Terms and Conditions-Commercial Items FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, in paragraphs (b) and (c) the following clauses apply: 52.219-6, 52.213-2, Invoices 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-13, 52.232-33 FAR 52.252-1, Solicitation Provisions Incorporated by Reference FAR 52.252-2, Clauses and provisions incorporated by reference. Clauses and provisions may be accessed in full text at http://farsite.hill.af.mil/ DFARS 252.204-7004 Alt A, Central Contractor Registration DFARS 252.211-7003, Item Identification and Valuation DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, in paragraphs (b) and (c) the following clauses apply: 252.203-7000, 252.225-7001, 252.225-7002, 252.225-7021 Alt 1, 252.232-7003, 252.247-7023 DFARS 252.225-7000, Buy American-Balance of Payments Program Certificates DFARS 252.232-7010, Levies on Contract Payments AFFARS 5352.201-9101, Ombudsman All payments are to be paid via the Internet through the Wide Area Work Flow (WAWF) system. WAWF may be accessed at https://wawf.eb.mil. WAWF training may be accessed online at http://www.wawftraining.com. Payment information may be accessed using the DFAS website at https://www.dfas.mil. Your purchase order/contract number of invoice will be required to inquire on the status of your payment. ADDENDUM to FAR 52.212-1 Instructions to Offerors - Commercial Items: 1. Solicitation Questions: Questions will be accepted until Noon, Thursday, 12 January 2012. Answers to questions will be made accessible to all potential offerors. Questions shall be in writing and sent via e-mail to: cynariah.n.wilkins.civ@mail.mil 2. Basis of Award: Award will be made on the basis of the "Lowest Price Technically Acceptable" quote meeting the Performance Work Statement and the items listed in Exhibit A. In determining the lowest price technically acceptable the government shall consider the following factors: Conformance to Description of Supplies (found at Technical Exhibit A) and Price. a. Conformance to Description of Supplies. The ability to provide serials in all formats - print, electronic, microfilm, etc., as determined by library requirements and subject to publishers policies. New, renewal, or transfer orders are entered into the vendor's system within 3 days of receipt or order authorization, Urgent request are handled within 24 hours. A representative for the library's account shall be provided for customer service, as well as a toll - free telephone number. Online web access shall be provided for claiming journal issues, The ability to record and process claims for missing/damaged issues not later than 3 days after notification from the library. A web - based serial management system that supports a point and click interface, multiple passwords, on-demand report generation, title search of vendors database of serial, order options, and ability to view library's account information. Vendor's system shall interface with the Voyager Integrated Library System and provide report data in electronic format and electronic invoicing, barcode-formatted vendor 10 and title information, ability to load invoices, and proven interface for Voyager interface loads. The system shall provide the ability to search for missing copies of specific journals and order missing copies from the web. b. Price. The Government anticipates awarding a firm fixed price delivery order. Since award will be based on initial responses you are encouraged to offer your most advantageous pricing in the initial response. 3. Quote Requirements: Quotes must include unit and pricing for all CLINs and all items in Technical Exhibit A, estimated installation date, all required Offeror Representations and Certifications (See FAR 52.212-3 above), Offeror Cage Code and Discount Terms, if applicable. All quotes are due no later than Monday, 23 January 2012 at Noon Central Time. Quotes must be e-mailed to cynariah.n.wilkins.civ@mail.mil ATTN: Cynariah N. Wilkins. ADDITIONAL INFORMATION: Be advised that all interested parties must be registered in the Central Contractor Registration (CCR) Database in order to receive an award. If you are not registered you may request an application at (888) 227-2423 or through the CCR website at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d0fa9cce0f4e0d0f0490ebd88e1ee474)
- Place of Performance
- Address: Fort Sam Houston, Texas, San Antonio, Texas, 78234, United States
- Zip Code: 78234
- Zip Code: 78234
- Record
- SN02650909-W 20120111/120109234113-d0fa9cce0f4e0d0f0490ebd88e1ee474 (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 |