Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 08, 2024 SAM #8290
SOLICITATION NOTICE

76 -- Book Point Plan for DAFL

Notice Date
8/6/2024 6:46:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
513130 —
 
Contracting Office
FA8052 773 ESS SAN ANTONIO TX 78236-0119 USA
 
ZIP Code
78236-0119
 
Solicitation Number
FA805224PRE203C
 
Response Due
8/13/2024 10:00:00 AM
 
Archive Date
08/28/2024
 
Point of Contact
Jennifer Flores, Dorothy Howe
 
E-Mail Address
jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil
(jennifer.flores.21@us.af.mil, dorothy.howe@us.af.mil)
 
Description
Combined Synopsis/Solicitation DAFL Book Point Plan 773 Enterprise Sourcing Squadron Joint Base San Antonio (JBSA) Lackland, TX 78226-1865 Date: �06 Aug 2024 Title: DAFL Book Point Plan Request for Quote (RFQ) / Solicitation Number:� FA805224PRE203C�� Closing Response Date: 13 Aug 2024 at 12:00 PM CST Contact Point(s): �Jennifer Flores, Contracting Specialist Email: jennifer.flores.21@us.af.mil Contact Point(s): �Dorothy Howe, Contracting Officer Email: dorothy.howe@us.af.mil 1.� 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; quotes are being requested and a written solicitation will not be issued. This requirement shall be Full and Open under NAICS 513130 with a size standard of 1,000.� The Department of the Air Force, Air Force Libraries, 773 Enterprise Sourcing Squadron (ESS) has a requirement for the provision of a Book Point Plan subscription. See attachment 1, Product description and a list of line-item number(s) and items, and units of measure, see Pricing Schedule B. 2.� Requirement: The mission of Department of Defense (DoD) Morale, Welfare, and Recreation (MWR) Libraries is outlined in DoDI 1015.10 stating DoD Libraries will provide information resources and services required to accomplish the mission. The libraries support military personnel assigned to contingency operations, remote sites, and military missions IAW DoDI 1015.10, Military Morale, Welfare, and Recreation Programs. The program provides professional military and voluntary education programs materials and services. Libraries also provide facilities, resources, and services to enhance the quality of life, regeneration, and resiliency for authorized customers. The DoD Library Consortium exists to create partnerships among the libraries within the various services of the DoD.� They cooperatively acquire materials that are made available to military and civilian employees across the DoD. These resources relate to various overarching goals of the DoD such as recreation, physical wellness, emotional resiliency, and educational pursuits. This requirement is to procure a book purchasing point plan for books requested throughout the year by DAF Libraries worldwide. Purchasing Point Plan must provide books in hardback, paperback and in audio formats. Must support both VCL office and 75 base libraries with one account with accounts for each library under the one account. With book selection by both the VCL office and base libraries. Vendor needs to be able to provide Vox and IR books published by Libraries Ideas.� VCL is looking for a current provider of library book purchase point plan vendors in the library marketplace. Vendor must provide access to Kirkus Collections and other book review resources. Must provide content for Adult, Young Adult/Teen and Children�s age groups in fiction and nonfiction resources. Product Characteristics an equal item must meet to be considered: Must be able to provide materials for collection development in a book format. The vendor must provide reliable monthly selection lists ensuring that selections will be new release or high demand titles. The customer also desires the ability to select older titles that may not be on the selection lists. Must be able to provide material of new releases, current best sellers as well as a back catalog of older material. Requires access to the vendor's pre-publication lists with advance notice of new releases, and access to information about other titles available. Vendor must provide Vox and IR books published by Libraries Ideas or similar type books.� Must be a current provider of library book purchase point plan vendor in the library marketplace. Must provide access to Kirkus Collections and other book review resources. Must provide content for Adult, Young Adult/Teen and Children�s age groups in fiction and nonfiction resources. General content: all genres (for example: drama, comedy, mystery/thriller, fantasy/ science fiction, action/adventure, animation, foreign language); non-fiction and fiction on general topics (for example: biography, travel, history, military, personal development, health and psychology). Shall provide a web-based ordering system established in the Library marketplace for review and selection. The system shall offer access to information about publications such as prices, in stock and stock level, out of print, reviews, selection lists, release dates, publisher's list prices, book covers, descriptions, etc. DAF Library staff and libraries will have their own unique logins to select items, build carts, and submit selections via the online web-based system. Must provide books in hardback, paperback and audio formats of current best sellers and a back catalog. Must have selected books to be shipped up to 75 libraries. Must provide a point plan with a minimum of 6,096 for the year. Must provide points that will be valued at $20.50 each. Must shipped in-stock titles within 48 hours of submitted order. Must be able to provide MARC (Machine-Readable Cataloging record) records for selected books to be downloaded by library to input into DoD Integrated Library System. Must also provide RDA (Resource Description & Access) record when available for selected books meeting AACR2r (Anglo-American Cataloging Rules, 2nd Edition, Revised) standards are cataloging. Must be able to provide order history and status for each account. Must be able to dedicate customer service representative to resolve all service issues. Items received in error or in unacceptable condition shall be replaced and shipped to the customer at no additional cost. Return of such items shall not be required. Shipping shall be via U.S. Postal Service First Class and Priority Mail, UPS, FedEx Ground, or similar to APO addresses, either New York, NY or San Francisco, CA. No international shipping is required. Cost of shipping to be included in quote. No technical or physical processing is required. VCL must be able to test the already established platform to evaluate if it meets requirements. (Vendor must provide temporary access login ID and password). 3.� Period of Performance: The anticipated Period of Performance (POP) is for one (1) 12-month base period of performance and three (3) 12-month option periods. The entire period of performance for this contract action shall not exceed 48 months. Estimated Schedule: Base Period: 31 Aug 2024 -�30 Aug 2025 Option Period 1: 31 Aug 2025 -�30 Aug 2026 Option Period 2:�31 Aug 2026 -�30 Aug 2027 Option Period 3:�31 Aug 2027 -�30 Aug 2028 4.� Questions: The Government will accept questions concerning solicitation number FA805224PRE203 until 08 Aug 2024 at 12:00 PM CST.� Email your questions to jennifer.flores.21@us.af.mil. Any questions received after this date and time need not be considered. 5.� Quotes Due Date: Quotes must be submitted electronically to the Contract Specialist, Jennifer Flores, via e-mail at jennifer.flores.21@us.af.mil and Contracting Officer, Dorothy Howe at dorothy.howe@us.af.mil. Quotes must conform to the requirements of this solicitation and be received no later than 13 Aug 2024 at 12:00 PM CST. It is the responsibility of the offeror to ensure that the quotes and its attachments are received. Any quotes received after designated closing date and time need not be considered. ��Quotes must include aggregate total of base plus all option year CLINS on Pricing Schedule B (IAW FAR 52.217-5 Evaluation of Options).� All quotes shall conform to the Contract Line Item Number (CLIN) structure of the attached Pricing Schedule B. 6.� Notice to Vendor(s): 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 Vendors for any costs. Respondent understands and agrees that it submits its quote at its own risk and expense, and releases 773 ESS/PK from any claim for damages or other liability arising out of the posting process. 773 ESS/PK shall not be liable for any errors in Vendor's response. Vendor is responsible for careful review of its entire response to ensure that all information is correct and complete. Vendors are liable for all error or omissions contained in their responses. All informational material submitted in response to this posting becomes the property of 773 ESS/PK and shall not be returned. 7.� Period of Acceptance of Quotes: The Vendor agrees to hold the prices in its quote firm for 60 calendar days from the date specified for receipt of offers. 8.� Wide Area Work Flow (WAWF): Include in the quote that a Wide Area Work Flow (WAWF) account has been initiated or already established (DoD) has mandated the use of WAWF. All invoices shall be submitted using Wide Area Work Flow (WAWF). To get more information about how to register for WAWF contractors can go to the following web site and download the Contract Pay information: http://www.dfas.mil/contractorpay/ContractPayInformation.pdf. 9.� SAM Registration: Firms submitting a quote subsequent to the solicitation described herein, MUST be registered in the System for Award Management (SAM) database, or risk the quote as being non-responsive, regardless if the package is considered complete, timely or any other salient consideration. Information to register on SAM can be found at the web site, SAM.gov | Home. 10.� General Information: The following must be submitted for the requirement: 1) �A capability report that is in Word document format with standard text and FONT (e.g., Times New Roman 12) that is between one (1) page to 10 total pages (do not exceed 10 pages in the capability report) with detailed information, examples or responses in sentence or paragraph format for Product Description�s list of items that are in bulleted form. We encourage any offeror to provide a statement(s) or paragraph with specific details and information that answers each bullet in the product description�s list. The offeror can include an executive summary and company general information as part of the capability report as long as the entire capability report does not exceed a total of 10 pages. The capability report coincides with ATCH � 1 the Product Description. 2) �An offeror will use the ATCH � 2 and enter the required information for all fields in the document. The offeror must have a current registration in SAM.GOV and the price sheet must include the UEI and CAGE code. Please note to confirm that the NAICS code for this requirement is in the SAM.GOV profile. List of Attachments: Product Description Pricing Schedule Provisions and Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a50e6855261d4bbd816c35af0a1c9e4e/view)
 
Record
SN07158979-F 20240808/240806230126 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.