SOLICITATION NOTICE
76 -- Journal Subscriptions
- Notice Date
- 2/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- N00189 NAVSUP Fleet Logistics Center Norfolk Philadelphia Office 700 Robbins Avenue, Building 2B Philadelphia, PA
- ZIP Code
- 00000
- Solicitation Number
- N0018915TZ087
- Response Due
- 3/6/2015
- Archive Date
- 3/21/2015
- Point of Contact
- Anita Spriggs 215-697-9641 Kenneth Bullock, 215-697-9640
- Small Business Set-Aside
- Total Small Business
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL be posted on both FEDBIZOPPS and NECO (https://www.neco.navy.mil/). The RFQ number is N00189-15-T-Z087. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-78 and DFARS Publication Notice 20150129. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: http://farsite.hill.af.mil/VFFARa.htm\. The NAICS code is 511120 and the Small Business Standard is 500 employees. The proposed contract is a total small business set-aside. The Small Business Office concurs with the set-aside decision. The Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, Philadelphia Office requests responses from qualified sources capable of providing the journal subscriptions listed in Attachments I and II. Schedule of Supplies and Prices: Provide prices in spreadsheet same or similar to Attachments I and II. Base Period: Contract Line Item Number (CLIN) 0001, Journal Subscriptions for delivery FOB Destination to the United States Naval Observatory (USNO, Washington, DC Office library and CLIN 0002, Journal Subscriptions for delivery FOB Destination to the USNO), Flagstaff, AZ office library. Option Period I: Items 0003 and 0004 are same journal subscriptions as Items 0001 and 0002. Option Period II: Items 0005 and 0006 are same journal subscriptions as Items 0001 and 0002. Option Period III: Items 0007 and 0008 are same journal subscriptions as Items 0001 and 0002. Option Period IV: Items 0009 and 0010 are same journal subscriptions as Items 0001 and 0002. Delivery Period: A one-year base period starting 26-April 2015, with provisions for four, one-year option periods. Responsibility and Inspection: Unless otherwise specified in the order, the supplier is responsible for the performance of all inspection requirements and quality control. The following FAR provision and clauses are applicable to this procurement: 52.212-1 Instructions to Offerors - Commercial Items FAR 52.212-2, Evaluation--Commercial Items is applicable to this procurement. The Government intends to make a single award to the eligible, responsible quoter whose total quote on all items is the lowest price. 52.212-3 with ALT I Offeror Representations and Certifications - Commercial Items. 52.212-4 Contract Terms and Conditions - Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders “ Commercial Including: 52.203-6 with ALT I Restrictions on Subcontractor Sales to the Government; 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6 Protecting the Government ™s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6 Notice of total small Business Set-Aside; 52.219-8 Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.219-28 Post-Award Small Business Program Representation; 52.222-3 Convict Labor; 52.222-19 Child Labor ”Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-35 Equal Opportunity for Veterans; 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37 Employment Reports on Veterans; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.232-33 Payment by Electronic Funds Transfer - System for Award Management. 52.204-7 System for Award Management; 52.209-5 Certification Regarding Responsibility Matters; 52.233-2 Service of Protest (Kenneth Bullock, Code 290.1, NAVSUP Fleet Logistics Center Norfolk, Philadelphia Office, Building 2B, 700 Robbins Avenue, Philadelphia, PA 19111-5083); 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998): This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. 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/these address(es): * 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. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):* *FAR and DFARS Provisions and Clauses: http://farsite.hill.af.mil/VFFARa.htm\ Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated by reference in the order. Additional contract terms and conditions applicable to this procurement are: Applicable DFARS clauses from 212.301(f), including: 252.203-7000 Requirements Relating To Compensation of Former DoD Officials; 252.203-7005 Representation Relating To Compensation of Former DoD Officials; 252.204-7011 Alternative Line Item Structure; 252.204-7012 Safeguarding of Unclassified Controlled Technical Information; 252.204-7015 Disclosure of Information To Litigation Support Contractors; 252.232-7003 Electronic Submission of Payment Requests And Receiving Reports; 252.232-7006 Wide Area Workflow Payment Instructions; 252.232-7010 Levies On Contract Payments; 252.244-7000 Subcontracts For Commercial Items And Commercial Components (DoD Contracts). 252,203-7002 Requirement to Inform Employees of Whistleblower Rights 252.204-7004 ALT A System for Award Management 252.232-7006 Wide-Area Workflow Payment Instructions (to be completed at time of award) This announcement will close at 5:00 PM, Eastern Time on 6 March 2015. Contact Anita Spriggs, who can be reached at 215-697-9641 or email anita.spriggs@navy.mil. A determination by the Government to not compete this proposed effort on a full and open competitive basis, based upon responses to this notice is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. System for Award Management (SAM). Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA contract number if applicable, business size, and payment terms. Quotes over 10 pages in total will not be accepted by facsimile. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSUP/FISCDETPHILA/N0018915TZ087/listing.html)
- Record
- SN03634111-W 20150207/150205235111-782eade0f75a41a5126ae50e95178520 (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 |