MODIFICATION
70 -- FA7000-16-T-0028 Chemical Research Database - Amendment 1
- Notice Date
- 12/28/2015
- Notice Type
- Modification/Amendment
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- Department of the Air Force, Direct Reporting Units, USAF Academy - 10 CONS, 8110 Industrial Drive, Suite 200, USAF Academy, Colorado, 80840-2315, United States
- ZIP Code
- 80840-2315
- Solicitation Number
- FA7000-16-T-0028
- Archive Date
- 1/12/2016
- Point of Contact
- Pamela A. Reimers, Phone: 7193338269, Susan Hashemi, Phone: 7193332965
- E-Mail Address
-
pamela.reimers@us.af.mil, susan.hashemi@us.af.mil
(pamela.reimers@us.af.mil, susan.hashemi@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 2: RFQ Extension (dated 28 December 2015) Amendment 1: Question & Answer (dated 21 December 2015) Please see attachments for the following Amendments: Amendment 2 - RFQ Extension to 12 p.m. Mountain Standard Time, 4 January 2015 (dated 28 December 2015) Amendment 1 - Q&A Response (dated 21 December 2015) Combined Synopsis/Solicitation IAW FAR 12.603 This is a combined synopsis/solicitation for a commercial item 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 (formal) solicitation will not be issued. This solicitation is issued as solicitation number FA7000-16-T-0028, in accordance with FAR Parts 12 & 13. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76, 25 August 2014. The North American Industry Classification System Code [NAICS] is 511210 and the size standard is $38,500,000.00. All responsible sources may submit a quote, which if received timely, will be considered by the 10th Contracting Squadron, USAF Academy (USAFA). Please read and comply with all requirements for submitting a quote. Failure to comply with all instructions contained within this Synopsis/Solicitation could result in the quote being ineligible for award. It is the offeror's responsibility to ensure their quote meets all the requirements identified herein. ITEM DESCRIPTION: The USAF Academy has a requirement for a one year on-line Chemical Research Database subscription with four (4) option years. Length of subscription periods: Basic Year: 1/1/16 - 12/31/16 Option Year 1: 1/1/17 - 12/31/17 Option Year 2: 1/1/18 - 12/31/18 Option Year 3: 1/1/19 - 12/31/19 Option Year 4: 1/1/20 - 12/31/20 The database is a discovery tool that provides 4000 cadets and 500 faculty access to chemical structures, compounds, reactions, and properties. The content must cover a wide range of chemical literature including historical publications and contemporary research in the full scope of chemical research. This includes but is not limited to: organic chemistry, polymers and mixtures, material science and chemical properties, chemical patents, conference proceedings, engineering, life sciences, and environmental sciences. All journals should be fully abstracted, including the defined chemical compounds and reactions within articles, and indexed beyond title and abstract keywords with additional subject and material keywords to aid discovery. The database shall be comprised of the following characteristics and functionalities, but is not limited to: 1) Substances inventoried/found in title, abstract, and body of article based on a structure searching tool 2) Organic and inorganic substances 3) Reactions 4) Records from MEDLINE in one place 5) References from scholarly literature indexed by scientist 6) Core journal titles and chemistry indices from scientific journals 7) Patent authorities (to include but not limited to patents in foreign languages and Markush structures) 8) Frequency of updates REQUIREMENTS FOR QUOTE Prices quoted must be Firm-Fixed Price to include shipping and handling charges based on F.O.B Destination. Quotes submitted with used, reconditioned, refurbished, gray market, or liquidated stock will not be considered for award. "The terms and conditions do not conflict with the terms and conditions of the Vendors license agreement but merely implement federal statute which governs the operation of entities funded through appropriated dollars and as such are binding upon this agreement and supplemental to the conditions expressed in the license." The contractor shall submit their quote on company letterhead to include the following: solicitation number, contract name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, and size of business. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Provide pricing for each of the following line items: Description Qty (ea.) Unit Price Extended Price LINE ITEM 0001 Chemical Research Database Access 1 ____ ____ Basic Year, License for 12 months: 1/1/16 - 12/31/16 LINE ITEM 1001 Chemical Research Database Access 1 ____ ____ Basic Year, License for 12 months: 1/1/17 - 12/31/17 LINE ITEM 2001 Chemical Research Database Access 1 ____ ____ Basic Year, License for 12 months: 1/1/18 - 12/31/18 LINE ITEM 3001 Chemical Research Database Access 1 ____ ____ Basic Year, License for 12 months: 1/1/19 - 12/31/19 LINE ITEM 4001 Chemical Research Database Access 1 ____ ____ Basic Year, License for 12 months: 1/1/20 - 12/31/20 TOTAL PRICE $ ________________ The following Federal Acquisition Regulation (FAR) clauses apply to this combined synopsis/solicitation and offerors must comply with all instructions contained in FAR 52.212-1, Instructions to Offerors--Commercial Items, addenda applies: The contractor shall submit their quote on company letterhead to include the following: solicitation number, contact name, address, telephone number of the offeror, unit price, extended price, any discount terms, delivery terms, cage code, DUNS number, tax identification number, size of business, and warranty information. The Breadth of Content/Pricing Worksheet shall be completed and submitted with quote (see attached). ***This worksheet is critical in the evaluation of the quote*** The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. Quotes must contain adequate information to judge if products meet or exceed the characteristics supplied in the solicitation. Quotes must be received via email to the Contract Specialist, Pamela Reimers, pamela.reimers@us.af.mil no later than 3:00 pm Mountain Standard Time, 28 December, 2015. A courtesy copy should be sent to the Contracting Officer. Questions should be addressed to the Primary POC: Pamela Reimers Contract Specialist, USAF Academy (719) 333-8269 pamela.reimers@us.af.mil. Alternate POC: Susan Hashemi Contracting Officer (719) 333-3961 susan.hashemi@us.af.mil. Offers received after this date and time will be considered late in accordance with 52.212-1(f) and will not be considered unless it is received before award is made, and the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition. FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998): This solicitation 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/ CLAUSES INCORPORATED BY REFERENCE 52.212-4 Contract Terms and Conditions-Commercial Items (MAY 2014) 52.204-10 Reporting Executive Compensation and first-Tier subcontract Awards (JULY 2013) 52.217-5 Evaluation of Options (Jul 1990) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 52.219-6 Notice of Total Small Business Set-Aside (NOV 2011) 52.219-28 Post-Award Small Business Program Representation (JULY 2013) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor -- Cooperation with Authorities and Remedies (JAN 2014) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) 52.222-50 Combat Trafficking in Persons (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) 52.232-33 Payment by Electronic Funds Transfer--Central Contractor Registration (JUL 2013) 52.233-3 Protest After Award (AUG 1996) 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012) Additional FAR and DFARS clauses cited in the clause applicable to this acquisition are: 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEPT 2011) 252.232-7003 Electronic Submission of Payments Request (JUN 2012) 252.232-7010 Levies on Contract Payments (DEC 2006) (End of clause) CLAUSES INCORPORATED BY FULL TEXT The provision at FAR 52.212-2, Evaluation--Commercial Items applies to this acquisition: 52.212-2 Evaluation--Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible party whose quote conforms to the solicitation and is the most advantageous to the Government, price and other factors considered. The following three factors shall be used to evaluate offers: 1) Meets Item Description - The contractor shall provide descriptive literature to substantiate that the database provided meets the Item Description found above. 2) Breadth of Content - The contractor shall quantify the characteristics and functionalities below: - Substances inventoried/found in title, abstract, and body of article based on a structure searching tool - Organic and inorganic substances - Reactions - Records from MEDLINE in one place - References from scholarly literature indexed by scientist - Core journal titles and chemistry indices from scientific journals - Patent authorities (to include but not limited to patents in foreign languages and Markush structures) - Frequency of updates 3) Price The Breadth of Content Factor will be given greater consideration than Price Factor. Evaluation will be conducted in the following manner: Step 1: All quote Item Descriptions will be evaluated on a pass/fall basis. All quotes that meet the Item Description shall be identified as "PASSING" and considered in Step 2. All quotes that are identified as "FAILING" to meet the Item Description will be given no further consideration. Step 2: The quotes will be ranked based on the breadth of content. The quote containing the greatest number of characteristics and functionalities (quantified on worksheet) will be given the greatest consideration. Step 3: Price will be evaluated for fairness and reasonableness. (b) Options. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). FAR 52.212-5 (Dev) Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Deviation 2013-O0019) (a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (b) (1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (Jan 2013) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965, (Nov 2007), (41 U.S.C. 351, et seq.) (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___ Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services--Requirements (Feb 2009) (41 U.S.C. 351, et seq.) (xii) 52.222-54, Employment Eligibility Verification (Jul 2012). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately-Owned U.S.- Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) 252.209-7993 REPRESENTATION BY CORPORATIONS REGARDING AN UNPAID DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW-FISCAL YEAR 2014 APPROPRIATIONS (DEVIATION 2014-OO0009) (FEB 2014) (a) In accordance with sections 8113 and 8114 of the Department of Defense Appropriations Act, 2014, and sections 414 and 415 of the Military Construction and Veterans Affairs and Related Agencies Appropriations Act, 2014 (Public Law 113-76, Divisions C and J), none of the funds made available by those divisions (including Military Construction funds) 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; or (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) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). Combo (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. Government (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC FA67100 Issue By DoDAAC FA7000 Admin DoDAAC FA7000 Inspect By DoDAAC F4BWE0 Ship To Code F4BWE0 -------------------------------------------------------------------------------------------- (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. susan.hashemi@us.af.mil (Contracting Officer) pamela.reimers@us.af.mil (Contract Specialist) (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. susan.hashemi@us.af.mil (Contracting Officer) pamela.reimers@us.af.mil (Contract Specialist) (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) 5352.201-9101 Ombudsman (Nov 2012) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the Center/MAJCOM/DRU or AFISRA ombudsmen, Kelly S. Snyder 8110 Industrial Drive, Ste 103 USAFA, CO 80840 Telephone number 719-333-2074 FAX 719-333-9018 email: kelly.snyder@us.af.mil Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU or AFISRA level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2397, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/DRU/10ABWLGC/FA7000-16-T-0028/listing.html)
- Place of Performance
- Address: 8110 Industrial Dr. Suite 200, USAF Academy, Colorado, 80840, United States
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN03978708-W 20151230/151228234052-84510c7d3f9e2c2326b439e19d76e083 (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 |