SOLICITATION NOTICE
76 -- Book Lease
- Notice Date
- 8/20/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 323117
— Books Printing
- Contracting Office
- Department of the Air Force, Air Force Global Strike Command, 509 CONS, 727 Second Street, Ste 124A, Whiteman AFB, Missouri, 65305, United States
- ZIP Code
- 65305
- Solicitation Number
- FA4625-13-Q-0001
- Point of Contact
- Eric J. Wienke, Phone: 6606872595, Jessica Simon, Phone: (660) 687-5466
- E-Mail Address
-
509cons.sollgcb@whiteman.af.mil, 509cons.sollgcb@whiteman.af.mil
(509cons.sollgcb@whiteman.af.mil, 509cons.sollgcb@whiteman.af.mil)
- Small Business Set-Aside
- N/A
- Description
- "Use of these funds is dependent upon the signature of the FY13 Defense Appropriations Bill or a Continuing Resolution (CRA)" IAW 52.232-18, Availability of Funds; Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. 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 requested and a written solicitation will not be issued. This solicitation is issued as a Request for Quotation (RFQ), solicitation number FA4625-13-Q-0001. Items required are listed below: CLIN Quantity Unit of Issue Description Price Each Total Price 0001 12 months Base Year 1001 12 months Option year 1 2001 12 months Option year 2 3001 12 months Option year 3 4001 12 months Option year 4 Total Statement of Work for Adult Book Lease Plan The Whiteman AFB Library would like an adult book lease plan that provides 350 core books for lease collection with approximately 35 monthly new book allowance (with a $27.00 cut-off price range) for a maximum allowable inventory of 700. The adult book lease plan would be a mix of adult fiction and adult nonfiction. The book lease vendor must have the capability of providing standard library collection development services and practices, which at minimum includes, a website in which the following tools are available for the librarian to select adult book lease items: • Offer best seller list. • Provide browse & search capabilities (Title, Author, ISBN, Series, Subject, Publisher, Dewey Decimal Classfication, Format, Binding (Hardcover, etc.), Availability, Publication Date, Price, Demand Level, etc.) via an online website. • Provide sorting capabilities of search results (such as by Title, Author, ISBN, Publisher, Publication date, Dewey Decimal Classification, Availability, Demand, etc.). • Provide collection development tools: Upcoming releases/Pre-pub announcements as well as award winning lists, high interest, starred or recommended reviews from top review journals (such as Booklist, Kirkus, Publisher's Weekly, and Library Journal). • Provide annotation/description of the title • Provide extensive book titles for adults. • Provide an account management/administrative module to review account status information (open invoices, overall account balance, order history, cancelled, backordered, etc.). • Preprocessing of dust jackets of books and adhering barcodes to books prior to shipping to library. • Package materials (with inventory list) and ship order. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-60, DFARS DPN 20120724, AFFARS AFAC 2012-0330. The following FAR Clauses and Provisions apply to this acquisition: FAR Clause 52.204-7, Central Contractor Registration (CCR) Registration is required in the CCR database in order to receive a Government contract. FAR 52.212-4, Contracts Terms and Conditions- Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Specifically the following clauses cited are applicable to this solicitation FAR 52.204-10, Reporting Executive Compensation & First Tier Subcontract Awards FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-36, Affirmative Action for Workshop with Disabilities FAR 52.223-18, Encouraging Contractor Policy to Ban Text Messaging while Driving FAR 52.225-3, Buy American Act-Free Trade Agreement-Israeli Trade Act FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration. FAR 52.252-6, Authorized Deviations in Clauses FAR 52.247-34, F.O.B. Destination FAR 52.252-2, Clauses Incorporated by Reference AFFARS Clause 5352.242-9000, Contractor Access to Air Force Installations AFFARS Clause 5352.201-9101, Ombudsman Clause DFARS Clause 252.232-7003, Electronic Submission of Payment Request. DFARS Clause 252.232-7010 Levies on Contract Payments Offerors shall include a completed copy of FAR provision 52.212-3with their quote (Note: On-line Representations and Certifications Application (ORCA) has been implemented in FAR Clause 52.212-3 effective 01 Jan 05. ORCA enables vendors to submit and update their representations and certifications on-line. ORCA is part of the Business Partner Network (BPN) and is located at http://orca.bpn.gov. The ORCA site contains an ORCA Application Handbook and an ORCA Quick Reference Guide.) DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. WAWF, Local Clause This procurement is unrestricted. The North American Industry Classification System (NAICS) code for this acquisition is 323117. For the purpose of this procurement the small business size standard is 500 Employees. Award will be made to the offeror representing the best value to the Government. Paper copies of the Request for Quotation will not be made available. Quotations can be e-mailed to the following e-mail address: 509cons.sollgcb@whiteman.af.mil or by FAX to (660) 687-4822 to the attention of SrA Eric Wienke. NOTE: Quotations must be received by 21 Sep 2012, 1:00 PM CST; late quotations will not be considered for award. Prospective offeror must be registered in the Central Contractor Registration (CCR) (www.ccr.gov) in order to be eligible for award. Responsible sources may submit a quotation which, if timely received, shall be considered by this agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ae36f382545ea78199b76080fc19b314)
- Place of Performance
- Address: Whiteman AFB, United States
- Record
- SN02846304-W 20120822/120820235144-ae36f382545ea78199b76080fc19b314 (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 |