Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 17, 2017 FBO #5565
SOLICITATION NOTICE

76 -- ASIST Participation Kits

Notice Date
2/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323117 — Books Printing
 
Contracting Office
Department of the Army, Army Contracting Command, MICC, MICC - Fort Bliss, ATTN: ATZC-DOC, Bldg 201, Club Road, Fort Bliss, Texas, 79916-6812, United States
 
ZIP Code
79916-6812
 
Solicitation Number
W911SG-17-T-0502
 
Archive Date
3/10/2017
 
Point of Contact
Olga Berge, Phone: 9155686193, Patty Troutman, Phone: 9155687558
 
E-Mail Address
olga.berge.civ@mail.mil, patty.a.troutman.mil@mail.mil
(olga.berge.civ@mail.mil, patty.a.troutman.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This is a combined synopsis/solicitation for the Sole Source of a commercial item prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Mission & Installation Contracting Command, Installation Contract Office - Fort Bliss is issuing this combined synopsis/solicitation, reference number W911SG-17-T-0502, as a Request for Quote (RFQ) using FAR Part 12, Acquisition of Commercial Item, & FAR Part 13, Simplified Acquisition Procedures. The North American Industrial Classification System (NAICS) code for this procurement is 323117, "Book Printing", with a small business standard of 500 employees. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-55 effective 3 January 2012 and DFARS Publication Notice 20120119. The Government intends to award a firm fixed-price contract as a sole source procurement to contractor LivingWorks Eduation, USA, Inc., 440 Summerlea Drive, Fayetteville, NC 28311 in accordance with 10 U.S.C. 2304(c)(1) & FAR Part 6.302-1 (Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements) for their unique and proprietary Applied Suicide Intervention Skills Training (ASIST) participation kits. Additionally, ASIST is designated as the U.S. Army standard program to address prevention of suicide among Army military, civilian, and family members. The standard is established in All Army Activities (ALARACT) Message 253/2009 AND Army Regulation (AR) 600-63. This product is unique and only distributed by LivingWorks Education USA, Inc. The Sole Source Justification is attached. Per FAR 5.207(C)(16)(ii), all responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by this agency. DESCRIPTION: CLIN 0001: 3000 each ASIST Participation Kits The participant kits includes the participation workbook, participant SIM (suicide intervention model) pocket card, participant certificate, participant feedback forms, trainers feedback form, suicide hotline phone card, ASIST stickers, participant background info sheet. 3000 kits shall be delivered within 30 days After Receipt of Order (ARO). Responses must be received NLT 23 February, 2017, 11:00AM, Mountain Daylight Savings Time. Forward responses by email to olga.berge.civ@mail.mil AND patty.a.troutmant.mil@mail.mil. If you're using electrical means, Offerors are HIGHLY encouraged to submit their quotes with enough time to allow for the possibility of encountering technical issues. Offerors must ensure that their company is registered and is active in the System for Award Management (SAM) at http://www.sam.gov/. CLAUSES INCORPORATED BY REFERENCE: FAR 52.204-7 System for Award Management FAR 52.204-8 Annual Representations and Certifications FAR 52.204-13 System for Award Management Maintenance FAR 52.204-19 Incorporated by Reference of Representations and Certifications FAR 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.211-5 Material Requirements FAR 52.212-1 Instructions to Offerors, Commercial Items FAR 52.212-3 Offeror Representations and Certification-Commercial Items 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 (Deviation 2013-o0019)(May 2015 FAR 52.222-3 Convict Labor FAR 52.222-19 Child Labor FAR 52.222-21 Prohibition of Segregated Facilities FAR 52.222-26 Equal Opportunity FAR 52.222-36 Equal Opportunity for Workers with Disabilities FAR 52.222-50 Combating Trafficking in Persons FAR 52.223-6 Drug-Free Workplace FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-13 Restrictions on Certain Foreign Purchases FAR 52.225-25 Prohibited on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification FAR 52.232-1 Payments FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.243-1 Changes Fixed Price FAR 52.252-1 Solicitation Provision Incorporated By Reference FAR 52.252-2 Clauses Incorporated By Reference FAR 52.252-6 Authorized Deviation In Clauses DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Official DFARS 252.203-7998 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation. (Deviation 2015-O0010) DFARS 252.203-7999 (Dev), Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements. (Deviation 2015-O0010) DFARS 252.204-7003 Control of Government Personnel Work Product DRARS 252.204-7004, Atl A, System for Award Management Alternate A May 2013 DFARS 252.209-7993(DEV) Representation by Corporations Regarding An Unpaid Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law Fiscal Year 2014 Appropriations (Deviation 2014-Oo0009) (Feb 2014) DFARS 252.209-7999, Reps.by Corp. regarding an unpaid delinquent tax liability DFARS 252.225-7001, Buy American and Balance of Payments Program DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports FAR 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013), (a) Definitions. As used in this clause-- Department of Defense Activity Address Code (DoDAAC) is a six position code that uniquely identifies a unit, activity, or organization. Document type means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF). Local processing office (LPO) is the office responsible for payment certification when payment certification is done external to the entitlement system. (b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports. (c) WAWF access. To access WAWF, the Contractor shall-- (1) Have a designated electronic business point of contact in the System for Award Management at https://www.acquisition.gov; and (2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step procedures for self-registration available at this Web site. (d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the "Web Based Training" link on the WAWF home page at https://wawf.eb.mil/. (e) WAWF methods of document submission. Document submissions may be via Web entry, Electronic Data Interchange, or File Transfer Protocol. (f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order: (1) Document type. The Contractor shall use the following document type(s). __Invoice and Receiving Report (COMBO)__ (2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer. __Destination__ (3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system. Routing Data Table* -------------------------------------------------------------------------------------------- Field Name in WAWF Data to be entered in WAWF -------------------------------------------------------------------------------------------- Pay Official DoDAAC __HQ0490__ Issue By DoDAAC __W911SG__ Admin DoDAAC __W911SG__ Inspect By DoDAAC Provided upon award Ship To Code Provided upon award Ship From Code N/A Mark For Code N/A Service Approver (DoDAAC) N/A Service Acceptor (DoDAAC) N/A Accept at Other DoDAAC N/A LPO DoDAAC N/A DCAA Auditor DoDAAC N/A Other DoDAAC(s) N/A -------------------------------------------------------------------------------------------- (*Contracting Officer: Insert applicable DoDAAC information or "See schedule" if multiple ship to/acceptance locations apply, or "Not applicable.") (4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request. (5) WAWF email notifications. The Contractor shall enter the email address identified below in the "Send Additional Email Notifications" field of WAWF once a document is submitted in the system. Unit Inspector/Acceptor/ WAWF Point of Contact: TBD Purchasing Agent: Olga Berge, olga.berge.civ@mail.mill; 915-568-6193 Contracting Officer: TBD (g) WAWF point of contact. (1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activity's WAWF point of contact. Unit Inspector/Acceptor/ WAWF Point of Contact: TBD Purchasing Agent: Olga Berge, olga.berge.civ@mail.mill; 915-568-6193 Contracting Officer: TBD (2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988. (End of clause) The following Local Clauses also applies: 5152.233-4000 AMC-Level Protest Program (Sep 2011), If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters, AMC. The HQ, AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.10. If you want to file a protest under the AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Material Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to: Headquarters U.S. Army Material Command Office of Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256)450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the AMC-Level Protest Procedures. (End of Provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7e3ab1d58b110f417e5d11a46ff3520c)
 
Place of Performance
Address: Fort Bliss, Texas 79916, Fort Bliss, Texas, 79916, United States
Zip Code: 79916
 
Record
SN04404056-W 20170217/170215235004-7e3ab1d58b110f417e5d11a46ff3520c (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.