Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2009 FBO #2802
SOLICITATION NOTICE

76 -- AGES AND STAGES QUESTIONNAIRE THIRD EDITION (ASQ-3) - ATTACHMENT 1

Notice Date
7/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424920 — Book, Periodical, and Newspaper Merchant Wholesalers
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division AFDW/A7K, 2822 Doherty Dr. SW Suite 310, Bldg 94, PSC 341, Anacostia Annex, District of Columbia, 20373, United States
 
ZIP Code
20373
 
Solicitation Number
F1J4AH91038001
 
Archive Date
8/15/2009
 
Point of Contact
MAURICE ROSS, Phone: 210-536-4129, Karla F. Dodd, Phone: 2105362066
 
E-Mail Address
MAURICE.ROSS.CTR@BROOKS.AF.MIL, karla.dodd@brooks.af.mil
(MAURICE.ROSS.CTR@BROOKS.AF.MIL, karla.dodd@brooks.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SHIP TO ADDRESSES Air Force District of Washington Medical Operations AST Branch (AFDW/A7KM-S) Contracting Office intends to award a Firm Fixed Price contract for Ages and Stages Questionnaires Third Edition (ASQ-3). This is a combined Synopsis/Solicitation F1J4AH9103A001 for commercial services 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; proposals are being requested and a written solicitation will not be issued. Air Force District of Washington Medical Operations AST Branch (AFDW/A7KM-S) Contracting Office intends to award a Firm Fixed Price contract to a 100% Small Business. This requirement provides 69 each Ages and Stages Questionnaires ISBN 978-1-59857-041-0 to be purchased and delivered to 68 Air Force bases (two will be shipped to Lackland Air Force Base) worldwide (See Attachment 1). The contractor must be an authorized Ages and Stages Questionnaires distributor. NAICS Code for this synopsis/solicitation is: 424920, with a small business size standard of 100 employees. All proposals will be evaluated based on Lowest Price Technically Acceptable (LPTA) Contract will consist of the following CLIN structure: CLIN 0001 Firm Fixed Price 69 Ages and Stages Questionnaires ISBN 978-1-59857-041-0 69 ASQ3 x tiny_mce_marker ____.xx = total tiny_mce_marker _____.xx CLIN 0002 Cost Shipping and handling 1 lump sum x tiny_mce_marker ____.00 U.S. Dollars Total CLINs 0001, 0002 Firm Fixed Price tiny_mce_marker _________.xx Total CLINs Cost tiny_mce_marker ______.xx Questions may be submitted in writing regarding the terms and conditions of this combined synopsis/solicitation by mail, courier, email or fax. Questions must be received in the office designated below by 1400 PM Central Daylight Savings Time on 30 July 09. Price proposals are due 31 July 09 at 1400 PM Central Daylight Savings Time. Submit questions/send proposals to: AFDW/A7KM-S Branch ATTN: Maurice Ross - maurice.ross.ctr@brooks.af.mil 2509 Kennedy Circle Brooks City-Base TX 78235-5116 FAX: (210) 536-4129 Potential offerors are to review and address the attachments which includes the shipping addresses, Instructions to Offerors, Evaluation Criteria, applicable provisions and clauses in the proposal. 1) FAR 52.212-1 - Instructions to Offerors -- Commercial Items (Jun 2008) 2) FAR 52.212-2 - Evaluation -- Commercial Items. Evaluation -- Commercial Items (Jan 1999) 3) FAR 52.212-3 - Offeror Representations and Certifications -- Commercial Items (Feb 2009) 4) FAR 52.212-4 - Contract Terms and Conditions -- Commercial Items (Mar 2009) 5) FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2009) 6) FAR 252.232-7003 - Electronic Submission of Payment Requests and Receiving Reports (Mar 2008) 7) Shipping Addresses (Attachment 1) ****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. 52.212-1 - Instructions to Offerors -- Commercial Items (Jun 2008) (a) North American Industry Classification System (NAICS) code and small business size standard. The NAICS code and small business size standard for this acquisition is 424920 with a small business size standard of 100 employees. (b) Submission of offers. Submit signed and dated offers to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show -- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (f) Late submissions, modifications, revisions, and withdrawals of offers. (1) Offerors are responsible for submitting offers, and any modifications, revisions, or withdrawals, so as to reach the Government office designated in the solicitation by the time specified in the solicitation. If no time is specified in the solicitation, the time for receipt is 3:00 p.m., local time, for the designated Government office on the date that offers or revisions are due. (2) (i) Any offer, modification, revision, or withdrawal of an offer received at the Government office designated in the solicitation after the exact time specified for receipt of offers is "late" and will not be considered unless it is received before award is made, the Contracting Officer determines that accepting the late offer would not unduly delay the acquisition; and- (A) If it was transmitted through an electronic commerce method authorized by the solicitation, it was received at the initial point of entry to the Government infrastructure not later than 5:00 p.m. one working day prior to the date specified for receipt of offers; or (B) There is acceptable evidence to establish that it was received at the Government installation designated for receipt of offers and was under the Government's control prior to the time set for receipt of offers; or (C) If this solicitation is a request for proposals, it was the only proposal received. (ii) However, a late modification of an otherwise successful offer, that makes its terms more favorable to the Government, will be considered at any time it is received and may be accepted. (3) Acceptable evidence to establish the time of receipt at the Government installation includes the time/date stamp of that installation on the offer wrapper, other documentary evidence of receipt maintained by the installation, or oral testimony or statements of Government personnel. (4) If an emergency or unanticipated event interrupts normal Government processes so that offers cannot be received at the Government office designated for receipt of offers by the exact time specified in the solicitation, and urgent Government requirements preclude amendment of the solicitation or other notice of an extension of the closing date, the time specified for receipt of offers will be deemed to be extended to the same time of day specified in the solicitation on the first work day on which normal Government processes resume. (5) Offers may be withdrawn by written notice received at any time before the exact time set for receipt of offers. Oral offers in response to oral solicitations may be withdrawn orally. If the solicitation authorizes facsimile offers, offers may be withdrawn via facsimile received at any time before the exact time set for receipt of offers, subject to the conditions specified in the solicitation concerning facsimile offers. An offer may be withdrawn in person by an offeror or its authorized representative if, before the exact time set for receipt of offers, the identity of the person requesting withdrawal is established and the person signs a receipt for the offer. (g) Contract award (not applicable to Invitation for Bids). The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. (h) Multiple awards. The Government may accept any item or group of items of an offer, unless the offeror qualifies the offer by specific limitations. Unless otherwise provided in the Schedule, offers may not be submitted for quantities less than those specified. The Government reserves the right to make an award on any item for a quantity less than the quantity offered, at the unit prices offered, unless the offeror specifies otherwise in the offer. (i) Availability of requirements documents cited in the solicitation. (1) (i) The GSA Index of Federal Specifications, Standards and Commercial Item Descriptions, FPMR Part 101-29, and copies of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained for a fee by submitting a request to-- GSA Federal Supply Service Specifications Section Suite 8100 470 L'Enfant Plaza, SW Washington, DC 20407 Telephone (202) 619-8925) Facsimile (202 619-8978). (ii) If the General Services Administration, Department of Agriculture, or Department of Veterans Affairs issued this solicitation, a single copy of specifications, standards, and commercial item descriptions cited in this solicitation may be obtained free of charge by submitting a request to the addressee in paragraph (i)(1)(i) of this provision. Additional copies will be issued for a fee. (2) Most unclassified Defense specifications and standards may be downloaded from the following ASSIST websites-- (i) ASSIST (http://assist.daps.dla.mil ). (ii) Quick Search (http://assist.daps.dla.mil/quicksearch/ ) (iii) ASSISTdocs.com (http://assistdocs.com ). (3) Documents not available from ASSIST may be ordered from the Department of Defense Single Stock Point (DoDSSP) by- (i) Using the ASSIST Shopping Wizard (http://assist.daps.dla.mil/wizard ); (ii) Phoning the DoDSSP Customer Service Desk (215) 697-2179, Mon-Fri, 0730 to 1600 EST; or (iii) Ordering from DoDSSP, Building 4 Section D, 700 Robbins Avenue, Philadelphia, PA 19111-5094, Telephone (215) 697/2197, Facsimile (215) 697-1462. (4) Nongovernment (voluntary) standards must be obtained from the organization responsible for their preparation, publication, or maintenance. (j) Data Universal Numbering System (DUNS) Number. (Applies to offers exceeding $3,000, and offers of $3,000 or less if the solicitation requires the Contractor to be registered in the Central Contractor Registration (CCR) database. The offeror shall enter, in the block with its name and address on the cover page of its offer, the annotation "DUNS" or "DUNS+4" followed by the DUNS or DUNS+4 number that identifies the offeror's name and address. The DUNS+4 is the DUNS number plus a 4-character suffix that may be assigned at the discretion of the offeror to establish additional CCR records for identifying alternative Electronic Funds Transfer (EFT) accounts (see FAR Subpart 32.11) for the same concern. If the offeror does not have a DUNS number, it should contact Dun and Bradstreet directly to obtain one. An offeror within the United States may contact Dun and Bradstreet by calling 1-866-705-5711 or via the Internet at http://fedgov.dnb.com/webform. An offeror located outside the United States must contact the local Dun and Bradstreet office for DUNS number. The offeror should indicate that it is an offeror for a Government contract when contacting the local Dun and Bradstreet office. (k) Central Contractor Registration. Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the CCR database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the Internet at http://www.ccr.gov or by calling 1-888-227-2423 or 269-961-5757. (l) Debriefing. If a post-award debriefing is given to requesting offerors, the Government shall disclose the following information, if applicable: (1) The agency's evaluation of the significant weak or deficient factors in the debriefed offeror's offer. (2) The overall evaluated cost or price and technical rating of the successful and debriefed offeror and past performance information on the debriefed offeror. (3) The overall ranking of all offerors, when any ranking was developed by the agency during source selection. (4) A summary of rationale for award; (5) For acquisitions of commercial items, the make and model of the item to be delivered by the successful offeror. (6) Reasonable responses to relevant questions posed by the debriefed offeror as to whether source-selection procedures set forth in the solicitation, applicable regulations, and other applicable authorities were followed by the agency. (End of Provision) ADDENDUM TO FAR 52.212-1(c), Period of Acceptance of Offers. The paragraph is tailored as follows: "The offeror agrees to hold the prices in its offer firm for 60 calendar days from the date specified for receipt of offers." A. SPECIFIC INSTRUCTIONS: Proposal Format: Format for proposal (a) A page is defined as one face of an 8 ½" x 11" sheet of paper containing information. (b) Typing shall not be less than 12 pitch. (c) Electronic copy shall be submitted in MS Word format or a format that can be read by MS Word. Any spread sheet shall be submitted in Excel format or a format that can be read by Excel. (c) Contractor shall ensure all names of potential employees are removed from proposal Submission requirement- Contractor shall submit one electronic copy. Contractor shall ensure electronic proposals are received by 31 July 09 at 1400 hours (2:00PM) Central Daylight Savings Time. Price Proposal shall be submitted in MS Excel format or a format that can be read by MS Excel which includes a break out of each of the CLINs, with a subtotal for each CLIN and total proposed cost. All figures shall at a maximum be two places to the right of the decimal point. Also include a statement in proposal that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD has mandated the use of WAWF). 52.212-2 EVALUATION--COMMERCIAL ITEMS (JAN 1999) EVALUATION CRITERIA 1. Formal Communication. Any formal communication, such as requests for information concerning this solicitation, should be submitted in writing (by fax or by e-mail) to the address below: AFDW/A7KM-S Reference: Solicitation No. F1J4AH9103A001 E-mail: maurice.ross.ctr@brooks.af.mil FAX Number: 210-536-4129 2. Proposal Evaluation Factors are as follows: Lowest Price Technically Acceptable (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/F1J4AH91038001/listing.html)
 
Place of Performance
Address: SEE ATTACHMENT FOR SHIP TO ADDRESS, United States
 
Record
SN01888573-W 20090729/090727235659-7d1a69ffe6d9ca23e16f54e37eceb821 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.