|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 17,2000 PSA#2539Department of the Air Force, Air Education and Training Command,
Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph
AFB, TX, 78150-4525 T -- USAF FITNESS & SPORTS NEWSLETTER FOR HQ AFSVA SOL
Reference-Number-F7HQFR00210100 DUE 021800 POC Barbara Neyland,
Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email
barbara.neyland@randolph.af.mil -- Laura Stewart, Contract Specialist,
Phone 210-652-5183, Fax 210-652-2759, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=M&ProjID=Reference-Num
ber-F7HQFR00210100&LocID=464. E-MAIL: Barbara Neyland,
barbara.neyland@randolph.af.mil. The requirement is modified as
follows: the newsletter shall be printed on 25" wide x 11" high paper.
It shall be trifolded so that each page will appear to be
approximately 8"x11". The newsletter will be printed on both sides of
the paper. An example of the folded product is as follows: pages 2, 3,
and 4 are on one side and pages 5, 6, and 1 are on the other side.
Also, the fax number for Barbara Neyland is corrected to: (210)
652-2759, voice number is (210) 652-5187/5117. 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; quotations are being accepted and a written
solicitation will not be issued. This solicitation will be set-aside
for small businesses in accordance with FAR 19.502-2. Request Number
F7HQFR00210100 is issued as a request for quotation. The solicitation
document and incorporated provisions and clauses are those in effect
through Federal Acquisition Circular 97-12. The SIC Code is 2741, size
standard is 500 employees. Requirement is to provide 23,000 copies of
the _USAF Fitness and Sports Newsletter_ to the AF Distribution office
at: Air Force Publishing Distribution Center, 2800 Eastern Blvd,
Baltimore, MD 21200-2898 every two months; six (6) times annually,
beginning with the May/Jun 00 issue. The six (6) page newsletter shall
be printed in two colors on white 50 lb. paper. Customer reserves the
right to select the two colors and make color changes throughout the
period. Prospective offerors shall request a copy of the newsletter for
reference from Ms. Barbara Neyland at e-mail address below for sample
purposes only. The contractor shall forward articles for review and
selection to HQ AFSVA/SVPAF 10100 Reunion Place Suite 402 San Antonio
TX 78217-4138 or Fax 210-652-4739. Newsletter articles shall be
provided one (1) month in advance of distribution date for preview and
selection. Contractor shall provide articles so that the Government
can select 20% wellness related and 80% fitness, and/or sports related
articles. Articles shall be no older than 4 months from the date
submitted for review. The Government reserves the right to select only
those articles deemed "scientifically sound". The Government reserves
the right to provide one (1) to one and one-half (1_) pages of Air
Force or _Services_ news. The Government will supply articles via email
or on disk. The Government reserves the right to request additional
articles if the articles submitted for review lack the desired
substance, focus and scientific soundness. Contractor shall provide a
"final draft" to customer for approval 5 working days prior to printing
newsletter. Contractor shall be responsible for obtaining clearance
from the articles sources for use in the newsletter, and on the
Government_s internet web page. Contractor shall provide clearances to
the Government upon request. Contractor shall finalize and distribute
newsletters to the AF Distribution Office at: Air Force Publishing
Distribution Center, 2800 Eastern Blvd Baltimore MD 21220-2898, by the
15th of the month proceeding the cover date. (Example: Distribute the
Aug/Sep edition no later than 15 Jul.) Contractor shall provide the
customer with a copy each publication in PDF format for use on the
Government_s internet web page. Copy may be sent by email to
(anthony.wise@agency.afsv.af.mil) or on disk through US Mail to HQ
AFSVA/SVPAF 10100 Reunion Place Suite 402, San Antonio TX 78216-4138.
Services logo and disclaimer will appear on the lower back page of all
issues published. The logo will be provided to the contractor by HQ
AFSVA/SVPAF. The disclaimer shall read: _USAF Fitness & Sports is
edited by the USAF Fitness & Sports Branch, Directorate of Programs, HQ
Air Force Services Agency, and published by Fitness News Service. The
purpose of this newsletter is to offer practical information that can
be helpful in the pursuit of good health and physical fitness. It is
not intended to give specific medical advice. Such should be obtained
from a base health provider. The mention or appearance of nonfederal
entities, commercial vendors, and/or their logos neither implies nor
constitutes federal endorsement of the organization, products or
services. Reproduction of this publication is authorized._ Local
reproduction of hard copies mailed to bases, or printed from the
Internet web site shall be authorized. Minimum publication sources are
(but not limited to): American College of Sports Medicine (ACSM),
Health and Fitness Journal. 1-800-486-5643; Journal of the National
Strength and Conditioning Association, Strength and Conditioning, (719)
632-NSCA; Pen State Sports Medicine Newsletter, 1-800-783-4903; The
Physician and Sports Medicine, (609)426-7070; American Journal of
Health Promotion, 1-800-453-4351; Gatorade Sports Science Institute,
Sports Science Exchange, 1-800-616-GSSI; Peak Performance, Club
Success, 1-800-574-4400; Nutrition Action (202) 265-4954. Award will be
made using Simplified Acquisition Procedures, therefore the evaluation
procedures at FAR 13.106-2 will be used. A firm-fixed price award will
be made to the responsible offeror submitting the quote that provides
the best value to the Government. Interested parties capable of
providing the above must submit written price quote to include discount
terms, cage code, and firm_s evidence of their ability to perform. The
firm_s ability to perform shall include the following information at
a minimum: provide e-mail samples of prospective contractor_s work;
provide two (2) references to include name, phone number and e-mail
address; demonstrate ability to meet required delivery dates and also
demonstrate ability to obtain copyright releases that may be required.
Prospective offeror are responsible for providing sufficient
information so that the Government can make a determination of
acceptabilty for performance and quality of product. The Government may
or may not make further requests for information. To be eligible to
receive an award resulting from this solicitation, contractor must be
registered in the DoD Central Contractor Registration (CCR) database,
NO EXCEPTIONS. To register, you may apply through the Internet at
http://ccr.edi.disa.mil. Responses to this notice shall be provided in
writing via e-mail to Ms. Barbara Neyland at
barbara.neyland@randolph.af.mil no later than 18 Feb 00, 2:30 P.M.
(CT). Offerors must also include a completed copy of the provisions at
FAR 52.212-3, Offeror Representations and Certifications_Commercial
Items which can be obtained at http://www.arnet.gov/far. The provision
at 52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition. The following clauses also apply: 52.212-4 Contract Terms
and Conditions-Commercial Items. Paragraph ( c ) of this clause is
tailored as follows: ( c ) Changes. Changes in the terms and conditions
of this contract may be made only by written agreement of the parties,
with the exception of : (1) Administrative changes such as changes in
the paying office, appropriation data, etc. (2) No cost amended
shipping instructions (ASI) if_(A) The ASI modifies a unilateral
purchase order, and (B) The contractor agrees verbally or in writing,
(3) Any change made before work begins if_(A) The change is within
scope of the original order, (B) The contractor agrees; ( C ) The
modification references the contractor_s verbal or written agreement.
52.212-5, Contract Terms and Conditions _ Commercial Contract Terms and
Conditions Required to Implement Statutes or Executive Orders _
Commercial Items with these additional FAR clauses marked: 52.222-26,
Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for
Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36,
Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37,
Employment Reports on Special Disabled Veterans and Veterans of the
Vietnam Era (38 U.S.C.4212); 52.232-33, Payment by Electronic Funds
Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.204-6,
Data Universal Numbering System; and 52.204-7004, Required Central
Contractor Registration. In addition, DFAR 252-212-7001 with these
additional clauses being applicable: 252.225-7007, Buy American
Act-Trade Agreements- Balance of Payments Program; 252.204-7004,
Required Central Contractor Registration; and 252.232-7009, Payment by
Electronics Funds Transfer. Posted 02/15/00 (D-SN425739). (0046) Loren Data Corp. http://www.ld.com (SYN# 0098 20000217\T-0012.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|