SOLICITATION NOTICE
T -- Newcomer's Base Guide and Maps - Attachments
- Notice Date
- 11/1/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511140
— Directory and Mailing List Publishers
- Contracting Office
- Department of the Air Force, Air Education and Training Command, Sheppard AFB Contracting Office, 82d Contracting Squadron, 206 J Street, Bldg. 1662, Sheppard AFB, Texas, 76311-2746, United States
- ZIP Code
- 76311-2746
- Solicitation Number
- F3V0AA9305NBGM
- Archive Date
- 1/31/2019
- Point of Contact
- Brian Brammer, Phone: 9406765181, Cecilia P. Murray, Phone: 940-676-3895
- E-Mail Address
-
brian.brammer@us.af.mil, cecilia.murray@us.af.mil
(brian.brammer@us.af.mil, cecilia.murray@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Past Performance References sheet Statement of Work for Newcomer's Base Guide and Maps for Sheppard AFB Sheppard Air Force Base Public Affairs has a requirement for yearly Newcomer's Base Guide and Maps. Solicitation - F3V0AA9305NBGM. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation is a request for a quote (RFQ) The NAICS code is 511140. These publications shall provide personnel information about the Sheppard AFB mission, command, installation and community services available; local geography; and related information; and to help orient new arrivals/visitors to Sheppard AFB. The expected period of performance shall be for five years, commencing on 13 January 2019. Description of requirements to be coordinated with Public Affairs office: CLIN 0001: Publish a Newcomer's/Base guide, map, and online flyer for Sheppard AFB TX according to the attached Statement of Work. Period of performance: 13 Jan 2019 - 12 Jan 2024 Product Service Code: T099 Incorporated FAR Clauses Contractors can access the following clauses through this URL: http://farsite.hill.af.mil 52.204-7 System for Award Management 52.204-13 System for Award Management Maintenance 52.204-16 Commercial and Government Entity Code Reporting 52.204-17 Ownership or Control of Offeror 52.204-18 Commercial and Government Entity Code Maintenance 52.212-1 Instructions to Offerors - Commercial Items 52.212-3 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 Items 52.222-26 Equal Opportunity 52.222-36 Equal Opportunity for Workers with Disabilities 52.222-50 Combating Trafficking in Persons 52.246.16 Responsibility for Supplies 252.203-7001 Prohibition on Persons convicted of Fraud or Other Defense-Contract-Related Felonies 252.203-7002 Requirement to inform employees of whistleblower Rights ADDENDUM to FAR 52.212-1 - PROPOSAL PREPARATION INSTRUCTIONS (1) Offerors shall submit proposals to the address listed below: 82 CONS/LGCA ATTN: Brian Brammer/Cecilia Murray 206 J Avenue Sheppard AFB TX 76311-2743 (2) Proposals must include: - Response to Combo/Synopsis F3V0AA9305NBGM - Bid Sample - Past Performance References Form (3) All questions shall be submitted in writing to the POCs listed no later than 12 November 2018, 4:00 pm CST. FAR 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 will be most advantageous to the Government. The following factors shall be used to evaluate offers: 1. Past Performance 2. Technical b. Technical and Past Performance will be evaluated as equal importance. c. Selection Criteria: The selection group will review the written data and may hear presentation by the offerors, which responded to the request for proposal. The contractor will submit with its proposal, a current example of a guide and telephone directory, herein after referred to as a "bid sample." The bid sample will not be more than 24 months old. The example should conform to the standards listed in the Statement of work as closely and as practicable. 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 publication contract, the best obtainable product and service in exchange for those rights shall be the primary criteria for selection. General elements the selection group will evaluate for are: 1. Capability; quality of photo reproduction, color and black and white; variety of type fonts and screens available; quality of paper stock; availability of spot color on request. 2. Convenience of communication between the publisher and the public affairs office. 3. Ability to meet the contract requirements, current workload, number of copies to be delivered and ability to deliver the products on time, ability to meet or beat deadlines established in the contract with respect to other work. 4. Experience, past performance, particular exercise in publishing this type of publication, evidence of quality workmanship (bid sample). d. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Government reserves the right to evaluate offers and award a contract without discussions with offerors. FAR 52.217-8 Option to Extend Services a. The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days prior to the expiration date of the contract. AFFARS 5352.201-9101 Ombudsman 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 ombudsman, Mr. David E. Jones, Deputy Director of Contracting, AFICA/KT, 2035 First Street West, JBSA Randolph, TX 78150-4304; telephone: (210) 652-1722; facsimile: (210) 652-8344; e-mail: david.jones.3@us.af.mil. The alternate Ombudsman for AETC contracting squadrons is Stephen G. Smith, Chief, Clearance & Program Support Division, AFICA/KTC, 2035 First Street West, JBSA Randolph, TX 78150-4304; telephone: (210) 652-7075; e-mail: stephen.smith@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman 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) 256-2395, 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. Attachments: 1. Base Guide Statement of Work 2. Past Performance References Form
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/ShepAFBCO/F3V0AA9305NBGM/listing.html)
- Place of Performance
- Address: 917 Missile Road, Sheppard AFB, Texas, 76311, United States
- Zip Code: 76311
- Zip Code: 76311
- Record
- SN05140383-W 20181103/181101230708-5ad1225e33094e7dd3e2906d3b269f88 (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 |