SOLICITATION NOTICE
76 -- McNaughton Book Subscription Renewal for AAFB, Guam
- Notice Date
- 9/23/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511130
— Book Publishers
- Contracting Office
- N40192 NAVFAC MARIANAS PSC 455, BOX 195 FPO AP 96540-2937 BLDG 101, RTE 1 MARINE DRIVE Santa Rita, GU,
- ZIP Code
- 00000
- Solicitation Number
- N4019214Q7012
- Point of Contact
- Angela GM Santos 671-366-2751
- Small Business Set-Aside
- N/A
- Description
- Sole Source - Combined Synopsis/Solicitation - PR# N40192-14-Q-7012 DESCRIPTION: THIS IS A SOLE SOURCE SYNOPSIS! The 36th Contracting Squadron has a sole source requirement to purchase McNaughton Book Subscription Renewal for AAFB, Guam. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This is a sole source requirement in accordance with FAR 6.302-1. This is not a request for competitive quotes. 36 CONS/LGCB, Andersen Air Force Base, GU, 96921 intends to award to Brodart Co. doing business as McNaughton Book Company, 500 Arch St., Williamsport, PA, 17701. Brodart Co. is the only source capable of fulfilling the governments requirement. Brodart Co. is the sole producer of the book plan and no other known vendor can supply the library with an acceptable alternative. 36 CONS/LGCB has determined that Brodart Co. is the only source capable of providing this requirement. The Request for Quotation (RFQ) number is N40192-14-Q-7012. This solicitation and incorporated clauses/provisions are those in effect through Federal Acquisition Circular FAC 2005-32 and DFARs Change Notice (DCN) 20090115. SIC Code is 7011 with a business size of 500 employees and the NAICS Code is 511130. 36 CONS, Andersen Air Force Base, GU, 96921 is seeking to purchase commercial items manufactured and designed by Brodart Co. as follows: CLIN 0001 - Base Year - Book Lease Subscription for Andersen Air Force Base Library, Guam, in accordance with attached Statement of Work (SOW). CLIN 0002 - Option Year 01 - Book Lease Subscription for Andersen Air Force Base Library, Guam, in accordance with attached Statement of Work (SOW). Preferred Delivery: 30 days ARO, or sooner if possible. *ALL ASSOCIATED SHIPPING COSTS MUST BE INCLUDED WITH FINAL QUOTE. SHIPPING/DELIVERY OF SERVICES/MATERIALS IS FOB DESTINATION TO GUAM: Place of delivery, performance, and acceptance is FOB Destination, 36 FSS/Library, Bldg. 210000, Lower Bay 7 and 8, APO AP 96543 All firms must be registered and active in the System for Award Management (SAM) database at https://www.sam.gov/portal/public/SAM/ to be considered for award. All quotes must be directly submitted by the firm registered in SAM that is intended to be the successful awardee. Quote submitted by another firm on behalf of a SAM registered company with the intention of being award ścare of ť will not be accepted. All quotes must include registered DUNS, CAGE codes, Tax ID, and small business status, and any applicable GSA contract number. FAR 52.212-1, Instructions to Offerors--Commercial Items applies to this request. Quotes must include information and pricing for CLIN 0001 and CLIN 0002 to be considered for award. 1. Price: Prices must be submitted for CLIN 0001, including shipping to Guam. Do not include a separate CLIN for shipping costs. Shipping costs must be included within the line items listed. This is an all-or-none request; multiple awards will not be made. 2. Technical Capability: Specifications including any brand and model numbers must be included with quote. FAR 52.212-2, Evaluation ”Commercial Items applies to this request. Award will be based on Lowest Price Technically Acceptable (LPTA). Award will be made without discussions; however, the Government reserves the right to open discussion anytime during evaluation. Technical acceptability means meeting the minimum specifications listed under CLIN 001. Only the lowest priced quote will be evaluated for technical acceptability, unless the lowest priced quote is deemed technically unacceptable. If the lowest quote is deemed technically unacceptable, the next lowest quote will be considered, and so on until an offeror is identified to be technically acceptable. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items is included in this solicitation, and the offeror must include a completed copy of this provision with their quote or be currently registered in the SAM website with their Representations and Certifications completed. The following provisions and clauses apply to this acquisition: FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following cited provisions and clauses are applicable to this acquisition: FAR 52.209-6, Protecting the Governments ™ Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; FAR 52.219-6, Total Small Business Set Aside; FAR 52.219-28, Post Award Small Business Program Representation; 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 Workers with Disabilities; FAR 52.223-18, Encouraging Contractor Policies to Ban Test Messaging while Driving; FAR 52.225-1, Buy American Act “ Supplies; FAR 52.225-13, Restrictions on Certain Foreign Purchases; FAR 52.232-33, Payment by Electronic Funds Transfer “ System for Award Management; and FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels. Additional provisions and clauses that apply to this acquisition are: FAR 52.252-2, Clauses Incorporated by Reference (https://farsite.hill.af.mil); DFARS 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials; DFARS 252.211-7003, Item Identification and Valuation; DFARS 252.233-7008, Prohibition of Hexavalent Chromium; DFARS 252.225-7001, Buy American and Balance of Payments Program; DFARS 252.232-7003, Electronic Submission of Payments Requests and Receiving Reports; DFARS 252.232-7006, Wide Area WorkFlow Payment Instructions; DFARS 252.232-7010, Levies on Contract Payments; DFARS 252.244-7000, Subcontracts for Commercial Items; DFARS 252.247-7022, Representation of Extent of Transportation by Sea; DFARS 252.247-7023, Transportation of Supplies by Sea ALT III; AFFARS 5352.201-9101 (CMSgt Gene L. Eastman, AFICA Superintendent, AFICA/KH, telephone number 808-449-8569) Ombudsman All quotes, questions, and any requests for more information must submitted in writing and be sent to angela.santos.3@us.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVFAC/N62766/N4019214Q7012/listing.html)
- Place of Performance
- Address: 36 FSS/Library
- Zip Code: Bldg. 210000
- Zip Code: Bldg. 210000
- Record
- SN03525523-W 20140925/140924000858-f584933ead3eb6e304cdad17026617a3 (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 |