Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 10,2000 PSA#2534

Department 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