MODIFICATION
76 -- Geopolitical Analysis Subscription for Air Force Libraries - Questions & Answers
- Notice Date
- 9/14/2018
- Notice Type
- Modification/Amendment
- NAICS
- 519130
— Internet Publishing and Broadcasting and Web Search Portals
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8604-18-Q-5044
- Point of Contact
- Timothy D. Smith, Phone: 9379867324, Joelynn K. Laux, Phone: 9372557863
- E-Mail Address
-
timothy.smith.109@us.af.mil, joelynn.laux@us.af.mil
(timothy.smith.109@us.af.mil, joelynn.laux@us.af.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Questions & Answers Requirement Description: This requirement is online subscription for access to expert analysis in international affairs, public policy, and security for the Air Force Library. The subscription: 1. Under CLIN 0001, Geopolitical Analysis for AF Libraries: a. Must be able to provide quarterly conference calls b. Must be able to provide Event-driven Webcasts c. Must be able to provide content on global events from external contributors in various multimedia, including from maps and charts to videos and podcasts; and thematic-basis special series d. Must provide forums which allow clients to share questions, opinion and ideas with fellow readers, analysts, and writers who also participate in ongoing discussions e. Must provide global intelligence to manage risk and anticipate political, economic, and military developments f. Must provide situation reports, analysis, and quarterly & annual forecasts, multimedia, and intelligence guidance g. Must utilize human intelligence and other sources combined with powerful analysis based on geopolitics to produce non-ideological penetrating explanations of world event 2. Must be able to provide under CLIN 1001 - 4001 Geopolitical Analysis for AF Libraries (Option(s) 1-4): a. The same requirements listed under CLIN 0001 This is not a brand name requirement as offerors are encouraged to offer products other than those specifically referenced by brand-name. The Government will evaluate the quotes for CLINs 0001 - 4001 separately, and reserves the right to award, or not award, each individual CLIN. The Government reserves the right to select all, part, or none of the separately priced efforts contained in each contractor's quote in response to this solicitation. If a contractor is only able to provide a portion of the supply, this should not preclude them from submitting a quote. "Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs." The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. If there is any conflict between 52.212-1 and this combined synopsis/solicitation, the combined synopsis/solicitation shall take precedence. The quote shall include a 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. If an offeror requires an end use license agreement, this shall be included in the quote. The quote may include past performance information, but it is not required. The CO is also requesting electronic access to the offered products for three (3) days. Please include instructions to obtain this access. The access provided is strictly for evaluation purposes only. The Government shall not receive a benefit from the three day access. This will be used if the selection cannot be made based on the vendors quote alone. It may also be used to verify the content in the quote. The provision at 52.212-2, Evaluation--Commercial Items, does NOT apply to this effort. 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: 1. Technical capability of the item offered to meet the Government requirement 2. Price The relative importance assigned to each evaluation factor is not provided, in accordance with FAR 13.106-1(a)(2). Comparative evaluations of offers will be conducted to determine which product is most advantageous to the Government, price and other factors considered. The provision at 52.217-5, Evaluation of Options applies to the acquisition. Except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items applies to the acquisition. If offeror has completed the annual representations and certificates electronically via https://www.acquisition.gov, offeror shall complete and submit only paragraphs 52.212-3(b), Offeror Representations and Certifications--Commercial Items, (below) with the offer. FAR 52.212-3 (b) (b)(1) Annual Representations and Certifications. Any changes provided by the offeror in paragraph (b)(2) of this provision do not automatically change the representations and certifications posted on the SAM website. (b)(2) The offeror has completed the annual representations and certifications electronically via the SAM website accessed through https://www.acquisition.gov. After reviewing the SAM database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201), except for paragraphs ____________. [Offeror to identify the applicable paragraphs at (c) through (p) of this provision that the offeror has completed for the purposes of this solicitation only, if any. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted electronically on SAM.] If an Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision (Attachment # 1). The clause at 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition (Attachment #2). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this acquisition. (See Attachment # 3 to see which clauses are applicable to this acquisition.) Additional Terms that apply to this acquisition: 1. Advanced payments are authorized with invoice. 2. Anticipated Award Date is: 30 September 2018 3. This is a notice that this order is a total set-aside for small business concerns. Only quotes submitted by small business concerns will be accepted by the Government. Any quote that is submitted by a contractor that is not a small business concern will not be considered for award. The clause at 52.217-7, Option for Increased Quantity -- Separately Priced Line Item., applies to this acquisition. (See Attachment # 4) Quotes are due by 1400 (2:00PM ET), 17 SEPT 2018. Quotes and supporting documentation shall be sent via email to timothy.smith.109@us.af.mil & joelynn.laux@us.af.mil. Any questions regarding this acquisition should be directed to 2d Lt. Timothy Smith at (937) 656-7324 or via the above email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8604-18-Q-5044/listing.html)
- Place of Performance
- Address: AFLCMC/PK - Wright Patterson, AFB (Includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), United States
- Record
- SN05090158-W 20180916/180914230952-f5b4611e3e20b7c740555382f06dfa15 (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 |