Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

76 -- Book Lease - FA4418-18-Q-0101 Book Lease

Notice Date
8/27/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
323117 — Books Printing
 
Contracting Office
Department of the Air Force, Air Mobility Command, 628th CONS, 101 E. Hill Blvd, Bldg 503, Charleston AFB, South Carolina, 29404-5021, United States
 
ZIP Code
29404-5021
 
Solicitation Number
FA4418-18-Q-0101
 
Archive Date
9/25/2018
 
Point of Contact
Aubreigh B. Sumner, Phone: 8439635162
 
E-Mail Address
aubreigh.sumner@us.af.mil
(aubreigh.sumner@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Quote Performance Work Statement Combined Synopsis/SolicitatioN (i) 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 requested and a written solicitation will not be issued. (ii) This solicitation/synopsis reference number is FA4418-18-Q-0101 and is being issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, Dated 22 Aug 2018. (iv) This acquisition is full and open competition. The NAICS code is 323117 with a size standard of 1,250 Employees. (v) Offerors shall submit a firm fixed price quote for hardcover book leasing services utilizing the attached Request for Quote (RFQ) in strict accordance with the attached Statement of Work for Joint Base Charleston, SC. All responsible sources may submit a quote, which shall be considered. (vi) The contractor will be responsible for providing all labor, applicable materials, and equipment necessary to fulfill hardcover book leasing services for the Joint Base Charleston (JB CHS) libraries. The Contractor shall deliver all materials to JB CHS. (vii) Period of performance shall be a 12 month base period with four - 12 month option periods as follows: Base Period: 30 September 2018 - 29 September 2019 Option 1: 30 September 2019 - 29 September 2020 Option 2: 30 September 2020 - 29 September 2021 Option 3: 30 September 2021 - 29 September 2022 Option 4: 30 September 2022 - 29 September 2023 (viii) The following clauses and provisions are incorporated and will remain in full force in any resultant award (full text of clauses and provisions may be accessed electronically at this website: http://farsite.hill.af.mil ): FAR 52.212-1, Instructions to Offerors - Commercial Items. FAR 52.212-2, Evaluation - Commercial Items Evaluation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the government, price and other factors considered. The following factors shall be used to evaluate offers in the following relative order of importance: 1. Price. The Government will evaluate the total price of the offer for award purposes; and the Government will award a contract to the lowest priced technically acceptable offer. (x) All offerors shall include a completed copy of FAR 52.212-3, Offeror Representation and Certifications -- Commercial Item or complete electronic annual representations and certifications at the System for Award Management http://www.sam.gov. (xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (DEVIATION), applies to this acquisition. •· FAR 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities •· FAR 52.209-10 - Prohibition on Contracting With Inverted Domestic Corporations •· FAR 52.211-17, Delivery of Excess Quantities •· FAR 52.217-3, Evaluation of Options Exercised at Time of Contract Award •· FAR 52.217-5, Evaluation of Options •· FAR 52.217-9, Option to Extend the Term of the Contract FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.232-33, Payment by Electronic Funds Transfer-- System for Award Management (xiii) The following additional clauses are applicable to this procurement: FAR 52.204-7, System for Award Management FAR 52.207-5 Option to Purchase Equipment FAR 52.219-14, Limitations on Subcontracting FAR 52.222-21, Prohibition Of Segregated Facilities FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration FAR 52.222-50, Combating Trafficking in Persons. FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1, Buy American Act - Supplies Offerors are reminded that the Buy American Act restricts the purchase of supplies that are not domestic end products. FAR 52.225-13, Restrictions on Certain Foreign Purchases FAR 52.233-3 -- Protest After Award FAR 52.253-1 Computer Generated Forms DFARS 252.204-7004 Alternate A, System for Award Management; Contractors not registered in the SAM will be ineligible for award (register at http://www.sam.gov/ or call 1-800-334-3414). DFARS 252.225-7000, Buy American Act (BAA) - Balance of Payments Program Certificate DFARS 252.225-7002, Qualifying Country Sources as Subcontractors DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports (Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests and receiving reports using WAWF, in one of the following electronic formats that WAWF accepts: Electronic Data Interchange, Secure File Transfer Protocol, or World Wide Web input. Information regarding WAWF is available on the Internet at https://wawf.eb.mil/. The WAWF routing information will be provided upon award.) DFARS 252.246-7000, Material Inspection And Receiving Report AFFARS 5352.201-9101 OMBUDSMAN ( June 2016) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Ms. Susan Madison, AFICA OL AMC, 507 Symington Drive, Scott AFB, IL 62225-5022, 618-229-0267, fax 618-256-6668, email: Susan.Madison@us.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395, facsimile number (571) 256-2431. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer. (End of clause) (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) Response to this combined synopsis/solicitation must be received via email, fax, mail, or delivery by 10 September 2018 no later than 1:00 PM EST. Requests should be marked with solicitation number FA4418-18-Q-0101. (xvi) Address questions to Aubreigh Sumner, Contracting Specialist, at (843) 963-5162, fax (843) 963-5183, email aubreigh.sumner@us.af.mil. For more opportunities, visit http://www.airforcesmallbiz.org (see Contract Opportunities at the right side-bar. Direct link: http://airforcesmallbiz.org/opportunities/index.php ) Also see http://www.sba.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/437CONS/FA4418-18-Q-0101/listing.html)
 
Place of Performance
Address: Joint Base Charleston, South Carolina, 29404, United States
Zip Code: 29404
 
Record
SN05058782-W 20180829/180827231623-feb6b52456248b384d1486105390f19a (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.