SOLICITATION NOTICE
76 -- Drug Treatment Journals - Schedule of Items - Attachment I - Statement of Work - Attachment II
- Notice Date
- 4/12/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511199
— All Other Publishers
- Contracting Office
- Department of Justice, Bureau of Prisons, Acquisitions Branch, 320 First Street, NW, Washington, District of Columbia, 20534
- ZIP Code
- 20534
- Solicitation Number
- RFPP0700NAS1100149
- Archive Date
- 9/1/2011
- Point of Contact
- Douglas E. Shoch, Phone: 202-616-6150, Pat A. Donahue-Ormandy, Phone: (202)616-6150
- E-Mail Address
-
dshoch@bop.gov, pdonahueormandy@bop.gov
(dshoch@bop.gov, pdonahueormandy@bop.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment II Attachment I The Federal Bureau of Prisons (BOP) intends to award a sole source contract action to The Change Companies of Carson City, Nevada, for the distribution of the Drug Abuse Program Treatment Protocol Journals. The requirement is for distribution of the Bureau of Prisons Drug Abuse Program Treatment Protocol Journals, which were designed and developed by The Change Companies and the BOP through an initial competitive contract award. The Change Companies is the only vendor who can supply the BOP's Drug Abuse Program Treatment Protocol, as designed and developed by BOP and the Change Companies. 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; proposals are being requested and a written solicitation will not be issued. The solicitation is being issued as a Request for Proposal (RFP) RFPP0700NAS1100149. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-50 and FAC 2005-51. The North American Industrial Classification (NAICS) code is 511199 and the applicable small business size standard is 500 employees. The Schedule of Items (Attachment I) and Statement of Work (Attachment II) provides and list descriptions of the required items with quantity estimates. National Acquisition and Systems Section, Washington, DC intends to make a single award of a firm-fixed price, indefinite-delivery, requirements type contract to The Change Companies. The contractor shall commence full performance of services under this contract within 14 calendar days from effective date of award of the contract. In accordance with FAR 46.503 and 46.403(a) (6), the place of acceptance for supplies and services under this contract is at the destination, various BOP locations throughout the US and areas to include Hawaii and Puerto Rico. Upon request a list of locations shall be provided. It is anticipated that contract award resulting from this solicitation will be made in May 10, 2011. The periods of performance of the resulting contract shall be Base Year - Effective Date of Award (EDOA) thru 12 months; Option Year 1 - 13 months from EDOA thru 24 months; Option Year 2 - 25 months from EDOA thru 36 months; Option Year 3 - 37 months from EDOA thru 48 months; Option Year 4 - 49 months from EDOA thru 60 months. All responsible sources may submit a capability statement, proposal which shall be considered by the agency. This notice is not a request for competitive proposals. CONTRACT CLAUSES: ADDENDUM TO FAR 52.212-4, Contract Terms and Conditions--Commercial Items (June 2010) The terms and conditions for the following clauses are hereby incorporated into this solicitation and resulting contract as an addendum to FAR clause 52.212-4. 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): www.acquisition.gov/far Upon request the contracting officer shall provide the full text of any clause incorporated by reference. 52.203-12 Limitation on Payments to Influence Certain Federal Transactions (OCT 2010) 52.204-4 Printed or copied doubled-sided on recycled paper (AUG 2000) 52.212-4 Contract Terms and Conditions--Commercial Items (June 2010) 52.227-1 Authorization of Consent (DEC 2007) 52.227-2 Notice of Assistance Regarding Patent and Copyright Infringment (DEC 2007) 52.232-18 Availability of Funds (APR 1984) 52.232-36 Payment by Third Party (FEB 2010) 52.242-15 Stop Work (AUG 1989) 52.253-1 Computer Generated Forms (JAN 1991) The following clauses although incorporated by reference into the solicitation will be incorporated into a resultant contract in full text with applicable fill-in information as noted: 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAR 2011)- (b) (1) 52.203-6, (2) 52.203-13, (4) 52.204-10, (6) 52.209-6, (10) 52.219-6, (12) 52.219-8, (14) 52.219-14, (20) 52.219-28, (23) 52.222-3, (24) 52.222-19, (25) 52.222-21, (26) 52.222-26, (27) 52.222-35, (28) 52.222-36, (29) 52.222-37, (30) 52.222-40, (35) 52.223-18, (36) 52.225-1, (39) 52.225-13, (44) 52.232-33, (46) 52.232-36 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (JAN 2011) 52.216-18 Ordering (OCT 1995) - (a) from the first day of the effective performance period through the last day of the effective performance period 52.216-19 Order Limitations (OCT 1995) - (a) less than one journal; (b) (1) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (2) the estimated quantities identified in the Schedule of Items within the current performance period; (b) (3) 30 days; (d) 5 days 52.216-21 Requirements (OCT 1995) - (f) after the last day of the effective performance period 52.217-8 Option to Extend Services (NOV 1999) - prior to expiration of the current performance period 52.217-9 Option to Extend the Term of the Contract (MAR 2000) - prior to expiration of the current performance period; 60 days; but excluding the exercise of any option under the clause at 52.217-8 which is also incorporated into this contract, shall not exceed five (5) years. 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) - beyond September 30th of the Base year or any option year exercised; beyond September 30th of the Base year or any option year exercised The following clauses are incorporated into the solicitation in full text: 2852.201-70 Contracting Officer's Technical Representative (COTR) (JAN 1985) (a) Cherryl Litsey, Community Programs Treatment Specialist, located in Central Office, Washington Washington, DC 20534 is hereby designated to act as Contracting Officer's Technical Representative (COTR) under this contract. (b) The COTR is responsible, as applicable, for: receiving all deliverables, inspecting and accepting the supplies or services provided hereunder in accordance with the terms and conditions of this contract; providing direction to the contractor which clarifies the contract effort, fills in details or otherwise serves to accomplish the contractual Scope of Work; evaluating performance; and certifying all invoices/vouchers for acceptance of the supplies or services furnished for payment. (c) The COTR does not have the authority to alter the contractor's obligations under the contract, and/or modify any of the expressed terms, conditions, specifications, or cost of the agreement. If as a result of technical discussions it is desirable to alter/change contractual obligations or the Scope of Work, the Contracting Officer shall issue such changes. (End of Clause) SOLICITATION PROVISIONS: ADDENDUM TO FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) The terms and conditions for the following provisions are hereby incorporated into this solicitation as an addendum to FAR provision 52.212-1. 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): www.acquisition.gov/far Upon request the contracting officer shall provide the full text of any provision incorporated by reference. 52.209-7 Information Regarding Responsibility Matters (JAN 2011) 52.212-1 Instructions to Offerors - Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications - Commercial Items (MAR 2011) 52.216-1 Type of Contract (April 1984) firm-fixed price, indefinite-delivery, requirements type contract 52.217-5 Evaluation of Options (JUL 1990) 52.233-2 Service of Protest (SEPT 1996) (a) Procurement Executive, BOP, 320 First Street, N.W., Room 5005, Washington, DC 20534 TAILORING: In accordance with FAR 12.302 (a), the provision at 52.212-1 is hereby tailored to modify the following elements of the provision. At paragraph c "Period of Acceptance of Offers, "the amount of time the offeror agrees to hold the prices in its offer is changed to 120 calendar days from the date specified for receipt of offers. Delete paragraphs at d, h, and i as they have been determined to be non-applicable to this solicitation. The following provisions are incorporated into the solicitation in full text: 2852.233-70 Protest Filed Directly with the Department of Justice (JAN 1998) (a) The following definitions apply in this provision: (1) "Agency Protest Official" means the official, other than the contracting officer, designated to review and decide procurement protests filed with a contracting activity of the Department of Justice. (2) "Deciding Official" means the person chosen by the protestor to decide the agency protest; it may be either the Contracting Officer or the Agency Protest Official. (3) "Interested Party" means an actual or prospective offeror whose direct economic interest would be affected by the award of a contract or by the failure to award a contract. (b) A protest filed directly with the Department of Justice must: (1) Indicate that it is a protest to the agency. (2) Be filed with the Contracting Officer. (3) State whether the protestor chooses to have the Contracting Officer or the Agency Protest Official decide the protest. If the protestor is silent on this matter, the Contracting Officer will decide the protest. (4) Indicate whether the protestor prefers to make an oral or written presentation of arguments in support of the protest to the deciding official. (5) Include the information required by FAR 33.103(d)(2): (i) Name, address, facsimile number and telephone number of the protestor. (ii) Solicitation or contract number. (iii) Detailed statement of the legal and factual grounds for the protest, to include a description of resulting prejudice to the protestor. (iv) Copies of relevant documents. (v) Request for a ruling by the agency. (vi) Statement as to the form of relief requested. (vii) All information establishing that the protestor is an interested party for the purpose of filing a protest. (viii) All information establishing the timeliness of the protest. (c) An interested party filing a protest with the Department of Justice has the choice of requesting either that the Contracting Officer or the Agency Protest Official decide the protest. (d) The decision by the Agency Protest Official is an alternative to a decision by the Contracting Officer. The Agency Protest Official will not consider appeals from the Contracting Officer's decision on an agency protest. (e) The deciding official must conduct a scheduling conference with the protestor within five (5) days after the protest is filed. The scheduling conference will establish deadlines for oral or written arguments in support of the agency protest and for agency officials to present information in response to the protest issues. The deciding official may hear oral arguments in support of the agency protest at the same time as the scheduling conference, depending on availability of the necessary parties. (f) Oral conferences may take place either by telephone or in person. Other parties may attend at the discretion of the deciding official. (g) The protestor has only one opportunity to support or explain the substance of its protest. Department of Justice procedures do not provide for any discovery. The deciding official may request additional information from either the agency or the protestor. The deciding official will resolve the protest through informal presentations or meetings to the maximum extent practicable. (h) An interested party may represent itself or be represented by legal counsel. The Department of Justice will not reimburse the protester for any legal fees related to the agency protest. (i) The Department of Justice will stay award or suspend contract performance in accordance with FAR 33.103(f). The stay or suspension, unless over-ridden, remains in effect until the protest is decided, dismissed, or withdrawn. (j) The deciding official will make a best effort to issue a decision on the protest within twenty (20) days after the filing date. The decision may be oral or written. (k) The Department of Justice may dismiss or stay proceeding on an agency protest if a protest on the same or similar basis is filed with a protest forum outside the Department of Justice. (End of Clause) Faith-Based and Community- Based Organizations (AUG 2005) - can submit offers/bids/quotations equally with other organizations for contracts for which they are eligible. Additional Contract Requirements: Contractors are advised that the Contracting Officer will verify registration in the Central Contractors Registration database (www.ccr.gov) and the Online Representations and Certifications Application (orca.bpn.gov) prior to award of any contract, by entering the potential awardee DUNS number into each database. Failure to complete the registration may result in elimination from consideration for award. Contractors are further advised to mark each individual item within their offer considered privileged or confidential under the Freedom of Information Act with notification that the data is considered confidential and privileged and not subject to mandatory disclosure under the FOIA. CONTRACT PRICING - Contract pricing shall be based on a "per journal" price. Contract pricing shall include all charges to the Government for provision of journals (e.g., overhead, profit, taxes, maintenance, transportation, etc.) The Government reserves the right to award without discussion; therefore, the contractor's initial proposal should contain the best terms from a price standpoint. PRICING METHODOLOGY - The quantity of supply to be provided by the contractor is estimated and is not a representation to a offeror or contractor that the estimated quantities will be required or ordered or that conditions affecting requirements will be stable or normal. Pursuant to FAR 17.203(b), the Governments evaluation of offers shall be inclusive of options. Pursuant to FAR 17.203(d), the offeror may offer varying prices for options, depending on the quantities actually ordered and the dates when ordered. This estimate is not a representative to an offeror or contractor that the estimated quantity will be required or ordered or that conditions affecting requirements will be stable or normal. (FAR 16.503(a) (1)). Ordering Official: Delivery orders may be issued only by the Contracting Officer, Administrative Contracting Officer, or an ordering official for the institutions with an appropriate certificate of appointment or a delegation of authority for commercial purchase card purchases. SUBMISSION OF OFFERS: On letterhead or business stationary, the following information is required: (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 including contractor's DUNS number; (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, contractor should submit pricing using the Schedule of Items detailed on Attachment I. (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); Also FAR 52.209-7 Information Regarding Responsibility Matters (JAN 2011) (b) needs completed as applicable. (9) Acknowledgment of Solicitation Amendments; (10) In regards to past performance information please provide point of contact information for professional references. The contractor should provide a list of the last three contracts awarded to your firm which are of a related nature. Include the following for each: Customer Name, Address, Phone, Fax, Email address; Contract Number; Contact Person; Type of Work; Contract Amount; Contract Status (Active or Complete). The contractor should also provide contact information for a financial reference to include Bank Name, Address, Phone, and Contact Person. If your references will require a Release of Information statement - provide it with your quote submittal. (11) Since the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Sealed Proposals must be received at the following address of the issuing contracting office: Federal Bureau of Prisons, National Acquisition and Systems Section, 320 First Street NW, Room 5005, Washington, DC 20534. Proposals must be received no later than 2:00pm local time on Tuesday, April 26, 2011. Questions regarding this requirement may be directed in writing to Douglas Shoch, Contracting Officer at the email address listed in this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/BPR/PPB/RFPP0700NAS1100149/listing.html)
- Place of Performance
- Address: Various Institutions in the BOP, United States
- Record
- SN02422579-W 20110414/110412234440-2c026c9e49065395ee59f8da4889da67 (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 |