|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534Department of the Air Force, Air Education and Training Command,
Randolph AFB Contracting Office, 395 B Street West Suite 2, Randolph
AFB, TX, 78150-4525 T -- COMMUNITY CENTER PROGRAMS NEWSLETTER FOR HQ AFSVA SOL
Reference-Number-F7HQFR00040100 DUE 021500 POC Barbara Neyland,
Contract Specialist, Phone 210-652-5121, Fax 210-652-5135, Email
barbara.neyland@randolph.af.mil -- Laura Stewart, Contract Specialist,
Phone 210-652-5183, Fax 210-652-2759, Email WEB: Visit this URL for
the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num
ber-F7HQFR00040100&LocID=464. E-MAIL: Barbara Neyland,
barbara.neyland@randolph.af.mil. This is a combined
synopsis/solicitation for commercial items prepared in accordance with
the format in FAR Subpart 12.6, as supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation; quotations are being accepted and a written
solicitation will not be issued. This solicitation will be set-aside
for small businesses if two or more small business sources are found to
meet the requirement. This requirement is estimated at less than $25K;
however, it is being synopsized in an effort to obtain increased
competition. All prospective offers will be considered. Purchase
Request Number F7HQFR00040100 is issued as a request for quotation. The
solicitation document and incorporated provisions and clauses are those
in effect through Federal Acquisition Circular 97-12. The SIC Code is
2741, size standard is 500 employees. Requirement is to provide 21,000
copies of a USAF Services Community Center newsletter to the AF
Distribution office at: Air Force Publishing Distribution Center, 2800
Eastern Blvd. Baltimore MD 21200-2898 every two (2) months, six (6)
times annually, beginning with the May-Jun 2000 issue. The four (4)
page newsletter shall be printed in two (2) colors on white 60lb paper.
The two-color schemes shall be changed from issue to issue. Prospective
offerors shall request a copy of the newsletter for reference from Ms.
BarbaraNeyland at e-mail address below for sample purposes only. The
contractor shall forward articles for review and selection to HQ
AFSVA/SVPAC, 10100 Reunion Place, Suite 402, San Antonio TX 78216,
210-652-4045. Newsletter articles shall be provided one (1) month in
advance of distribution date for review and selection. Contractor shall
provide articles so that Government can select an equal amount of
articles addressing topics on financial management, health and
nutrition, recreation programs, and education. Articles shall be no
older than six (6) months from the date submitted for review.
Government reserves the right to selectonly those articles deemed
_appropriate._ Government reserves the right to provide up to one (1)
page of Air Force or _Services_ related articles. Government will
supply articles via e-mail or on disk. Government reserves the right to
request additional articles if articles submitted for review lack the
desired substance, focus, and developmentally appropriate soundness.
Contractor shall provide a _final draft_ to Government for approval
five (5) working days prior to printing newsletter. Contractor shall be
responsible for obtaining clearance from the article sources for use on
the newsletter and on the newsletter_s Internet web site. Contractor
shall provide clearances to the Government upon request. Newsletter
shall be finalized and distributed by the AF Distribution office at:
Air Force Publishing Distribution Center, 2800 Eastern Blvd. Baltimore
MD 21200-2898, by the 15th of the month preceding the cover dates.
(Example: distribute the Jan/Feb edition no later than 15 Dec.)
Contractor shall provide the Government a copy of each publication in
PDF format for use on the newsletter_s Internet web site. Copy shall be
provided by e-mail to (dan.schofield@agency.afsv.af.mil) or on disk
through US mail to HQ AFSVA/SVPAC, 10100 Reunion Place suite 402, San
Antonio TX 78216-4138. Services logo and disclaimer shall appear on
lower back page of all issues published. The logo will be provided to
contractor by HQ AFSVA/SVPAC. The disclaimer shall read: _The mention
or appearance of non-federal entities, commercial vendors, and/or their
logos neither implies nor constitutes federal endorsement of the
organization, products, or services._ Local reproduction of hard copies
mailed to bases or printed from the Internet web site shall be
authorized. Award will be made using Simplified Acquisition Procedures,
therefore the evaluation procedures at FAR 13.106-2 will be used. A
firm-fixed price award will be made to the responsible offeror
submitting the quote that provides the best value to the Government.
Interested parties capable of providing the above must submit written
price quote to include discount terms, cage code, and firm_s evidence
of their ability to perform. The firm_s ability to perform shall
include the following information at a minimum: provide e-mail samples
of prospective contractor_s work; provide two (2) references to
include name, phone number and e-mail address; demonstrate ability to
meet required delivery dates and also demonstrate ability to obtain
copyright releases that may be required. Prospective offeror are
responsible for providing sufficient information so that the Government
can make a determination of acceptability for performance and quality
of product. The Government may or may not make further requests for
information. To be eligible to receive an award resulting from this
solicitation, contractor must be registered in the DoD Central
Contractor Registration (CCR) database, NO EXCEPTIONS. To register, you
may apply through the Internet at http://ccr.edi.disa.mil. Responses to
this notice shallbe provided in writing via e-mail to Ms. Barbara
Neyland at barbara.neyland@randolph.af.mil no later than 15 Feb 00,
2:30 P.M. (CT). Offerors must also include a completed copy of the
provisions at FAR 52.212-3, Offeror Representations and
Certifications_Commercial Items which can be obtained at
http://www.arnet.gov/far. The provision at 52.212-1, Instructions to
Offerors-Commercial, applies to this acquisition. The following clauses
also apply: 52.212-4 Contract Terms and Conditions-Commercial Items.
Paragraph ( c ) of this clause is tailored as follows: ( c ) Changes.
Changes in the terms and conditions of this contract may be made only
by written agreement of the parties, with the exception of : (1)
Administrative changes such as changes in the paying office,
appropriation data, etc. (2) No cost amended shipping instructions
(ASI) if_(A) The ASI modifies a unilateral purchase order, and (B) The
contractor agrees verbally or in writing, (3) Any change made before
work begins if_(A) The change is within scope of the original order,
(B) The contractor agrees; ( C ) The modification references the
contractor_s verbal or written agreement. 52.212-5, Contract Terms and
Conditions _ Commercial Contract Terms and Conditions Required to
Implement Statutes or Executive Orders _ Commercial Items with these
additional FAR clauses marked: 52.222-26, Equal Opportunity (E.O.
11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam
Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for
Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on
Special Disabled Veterans and Veterans of the Vietnam Era (38
U.S.C.4212); 52.232-33, Payment by Electronic Funds Transfer-Central
Contractor Registration (31 U.S.C. 3332); 52.204-6, Data Universal
Numbering System; and 52.204-7004, Required Central Contractor
Registration. In addition, DFAR 252-212-7001 with these additional
clauses being applicable: 252.225-7007, Buy American Act-Trade
Agreements- Balance of Payments Program; 252.204-7004, Required Central
Contractor Registration; and 252.232-7009, Payment by Electronics Funds
Transfer. Posted 02/08/00 (D-SN423081). (0039) Loren Data Corp. http://www.ld.com (SYN# 0109 20000210\T-0005.SOL)
T - Photographic, Mapping, Printing and Publication Services Index Page
|
|