SOLICITATION NOTICE
76 -- ANA e-subscription license - Attachments
- Notice Date
- 7/16/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESG - Enterprise Sourcing Group, Building 1, 1940 Allbrook Dr, Wright Patterson AFB, Ohio, 45433-5006, United States
- ZIP Code
- 45433-5006
- Solicitation Number
- FA8052-12-Q-WMD4
- Archive Date
- 9/1/2012
- Point of Contact
- William M. Dunlap, Phone: 2103959548, Alice P. Sanders, Phone: 2103959393
- E-Mail Address
-
william.dunlap.13@us.af.mil, alice.sanders.2@us.af.mil
(william.dunlap.13@us.af.mil, alice.sanders.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Pricing Schedule ANA Standards and Publication List This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and attached Performance Work Statement (PWS). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number F2M4AK2158A001, American Nurses Association (ANA) Standards e-Subscription. This solicitation is issued as a Request for Proposal (RFP) and incorporates the provisions and clauses in effect through Federal Acquisition Circular 2005-58. The associated NAICS Code is 519130 with a size standard of 500 employees. The 773 rd Enterprise Sourcing Squadron (733 ESS/PKB) Contracting Office intends to award a single Firm Fixed Price contract. This acquisition will be solicited as Full and Open. The contractor shall provide an enterprise-wide license for publishing of ANA standards and publications, listed in Attachment 1, to the AFMS virtual library. An annual subscription to the ANA Standards includes automatic updates of each reference as it becomes available. The ANA Standards will be posted on the Government's Virtual Library - one central location available to anyone having access to the Library. The Virtual Library has available for subscription a collection of forty ANA references which includes the Scope and Standards of Practice for each of 28 nursing specialties, the Code of Ethics for Nurses with Interpretive Statements, Nursing's Social Policy Statement, and other nursing foundational documents. It will save time and money for Chief Nurses at 75 MTFs and would ensure currency of their libraries to ensure they are up to date on standards of care and practice. This is a first time buy. There is no previous Procurement History. All proposals will be evaluated in accordance with FAR 15.101-2 - Lowest Price-Technically Acceptable Source Selection Process. Award may be made with or without discussions with the Offeror(s). Contract will consist of CLIN 0001: E-subscription, posting ANA standards and publications to the AFMS virtual library 12 months, along with Option Year CLINs 1001 through 4001. (See Attachment 1 for full list of publications). PROVISIONS/CLAUSES: The provision at FAR 52.212-3, Offeror Representations and Certifications, Commercial Items, applies to this solicitation and the Offeror must include a completed copy of this provision with their proposal. FAR Clause 52.212-4, Contract Terms and Conditions Commercial Items, applies to this Solicitation. The clause at FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Status or Executive Orders, Commercial Items, applies to this solicitation. FAR Clause 52.217-8, Option to Extend Services may apply, and FAR Clause 52.217-9, Option to Extend the Terms of the Contract will apply if terms of this contract are extended, FAR Clause 52.219-6, FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act, FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving, The Period of Performance for this requirement is a 12 month base year plus four (4), one (1) year options. FAR Provision 52.212-1, Instructions to Offerors - Commercial Item: Each Offeror is required to submit their proposal as specified in FAR Provision 52.212-1, Instructions to Offerors-Commercial Items Addendum 1. Addendum 1 to FAR 52.212-1, Instructions to Offerors - Commercial Items (Jun 2008): Submission of Offers. General Instructions: (i) Interested parties capable of providing the specified services must submit a written offer via email to: Contracting Officer - Alice P. Sanders at alice.sanders.2@us.af.mil and Contract Administrator - William Dunlap at william.dunlap.12@us.af.mil (ii) Do not send as an executable or.exe file. Email size shall not exceed five megabytes. Documents may be compressed (zipped) using WinZip 8.1 or later version. Any corrupted file or media containing a virus could result in the offer not being considered for award. (iii) Software Compatibility. Use a word processing and spreadsheet program compatible with Microsoft ® Word 2007 ® and Microsoft ® Excel 2007 ®. PDF is Adobe ® Portable Document Format. (iv) Submit offer as follows: DOCUMENT CONTENT FILE FORMAT - The minimum font size for the proposal pages is 12 pitch. Required documents should be submitted via electronic email with a request receipt, and should be clearly marked as to volume number, title, copy number, solicitation identification and the Offeror's name, address, CAGE code, DUNS number, and Tax Identification Number. Factor 1. Technical Capability Proposal shall address the following factors : Shall authorize the posting and all updates of the listed publications to the AFMS virtual library and downloading of the subject publications from the AFMS virtual library by authorized Air Force users. Factor 2: Price The price proposal will be evaluated for reasonableness based upon a comparison of the Offeror's price to the price of competitors. When two or more technically acceptable offers are received (competition) and the lowest price is selected, the price of the lowest Offeror can be concluded to be fair and reasonable. A price that is very low will be verified to assure that the Offeror understands what is being asked for and no mistakes have been made in preparing the price. In accordance with FAR 15.403-1(b) and FAR 15.403-3(a), information other than pricing data may be required to support price reasonableness or realism in the absence of competition. Information shall be provided in accordance with FAR 15.403-5. If after receipt of the proposals, the CO determines that there is insufficient information available to determine price reasonableness and none of the exceptions in FAR 15.403-1 apply, the Offeror shall be required to submit pricing data. All CLINs within Attachment 2 will be evaluated for reasonableness. Proposed schedule is provided and is subject to change. The Government will rank all technically acceptable offers by price. Failure to provide prices as stated above may result in the rejection of the proposal. All pricing information shall be addressed ONLY in Pricing file format. FAR Provision 52.212-2 Evaluation - Commercial Items: (a) The Government will award a contract resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation and the Lowest Price Technical Acceptable Source Selection technique. Evaluation may be made with or without discussions with the Offeror(s). The Government technical evaluation team will evaluate the technical proposals on an acceptable/unacceptable basis, assigning ratings of Acceptable or Unacceptable. A decision on the technical acceptability of each Offeror's technical proposal shall be made. Only those offers determined to be technically acceptable, either initially or a result of discussions will be considered for an award. The offers shall be evaluated against the following two (2) factors: Factor 1. Technical Capability Factor 2. Price Technical Capability and Price are considered equal. Contractors are required to complete the following clause and submit with proposal: FAR Provision 252.209-7999 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (DEVIATION 2012-O0004) (JAN 2012) (a) In accordance with sections 8124 and 8125 of Division A of the Consolidated Appropriations Act, 2012,(Pub. L. 112-74) none of the funds made available by that Act may be used to enter into a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government. (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is [ ___ ] is not [ ___ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, (2) It is [ ___ ] is not [ ___ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) Period of Acceptance of Offers. The Offeror agrees to hold the prices in its offer firm for 45 days from the date specified for receipt of offers. Questions shall be submitted in writing regarding the terms and conditions of this sy nopsis/solicitation by email only (see addendum 1 - submission of offers) Solicitation Questions. Any questions relating to the solicitation shall be submitted to the Contract Specialist and Contracting Officer (CO) noted above NLT 1:00 PM (CST) on Monday, 13 August 2012. Any questions received after this time/date may or may not be answered due to time constraints of the solicitation (see addendum 1 - submission of offers) Technical Capability and Cost/Price proposals are due NLT 1:00 PM (CST) on Friday, 17 August 2012. Any proposals received after designated closing date and time will not be considered for award (see addendum 1 - submission of offers) Potential Offerors are to review and address the attachments which include the List of standards and publication requiring e-license and the Pricing Schedule (see Attachment 2). Also include in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. The Offeror must be registered and current on the Central Contractor Registration website ( www.ccr.gov ) no exemptions. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. Attachments are as follows: Attachment 1: ANA Standards and Publication List Attachment 2: Pricing Schedule
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b2a1458147f9474bac02dd3b3dc92a60)
- Record
- SN02804185-W 20120718/120716235346-b2a1458147f9474bac02dd3b3dc92a60 (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 |