VaARNG Family Programs Books (№2817007)

23 sep

Number: 2817007

Country: United States

Source: Federal Business Opportunities


Link to original

To view links to the source need to register

Publication date


23-09-2017

Description


VaARNG Family Programs BooksSolicitation Number: W912LQ-17-Q-0034
Agency: Department of the Army
Office: National Guard Bureau
Location: 192 MSG/MSC, VA ANG

Solicitation Number: W912LQ-17-Q-0034

Notice Type: Award

Contract Award Date: September 22, 2017

Contract Award Number: W912LQ-17-P-0041

Contract Award Dollar Amount: 17500

Contract Line Item Number: 0001

Contractor Awarded Name: WILLIAM J SANDERS

Contractor Awarded DUNS: 080542497

Contractor Awarded Address: 601 Chantilly Dr
Sierra Vista, Arizona 85635
United States

Synopsis: Added: Aug 14, 2017 8:56 am Modified: Sep 05, 2017 9:14 am

Track Changes

This is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. The North American Industry Classification system code (NAICS) 323117 size standard of 1250 employees



Contract line item numbers and quantities:



CLIN 0001: New and updated book of Military Resources for active duty, reserve, veterans, retired, and caregivers in all service branches, for all eras of service


• Quantity: 500


• Paperback


• Resources for Military Families


• Easily to find scholarships and education opportunities


• Help with deployments


• What is available for military spouses and children


• State-specific resources


• Military Benefits


• Health Benefits


• Military discounts


• Publishing Year not earlier than 2013; content must be current


Operation Military Resources Volume Two by Kimberly Suchek, or equal



Shipping Address: 5901 Beulah Road Sandston, VA 23150. ATTN SGT Shante Stevens



Notices:



The Contractor is hereby notified that in the event a Government employee other than the Contracting Officer directs a change in the work to be performed or increases the scope of the work to be performed, it is the Contractor"s responsibility to make inquiry of the Contracting Officer before making the deviation from the written terms of the contract. Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.



Payments or Partial payments will not be made without being authorized by an appointed Contracting Officer with the legal authority to bind the Government.




The following provisions and clauses are applicable to this solicitation:



Incorporated by reference:


P- 52.204-7 -- System for Award Management


P- 52.204-16, Commercial and Government Entity Code Reporting


P- 52.211-6, Brand Name or Equal


P- 52.212-1, Instructions to Offerors-Commercial Items


P- 52.212-3 Alt 1: Offeror Representations and Certifications- Commercial Items


P- 252.203-7001, Representation Relating to Compensation of Former DoD Officials


P- 252.203-7996, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements-Representation


P- 252.204-7011, Alternative Line Item Structure


P- 252.213-7000, Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations


P- 252.225-7000, Buy American Statute-Balance of Payments Program Certificate


P- 252.225-7035 Buy American--Free Trade Agreements--Balance of Payments



C- 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements


C- 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009


C-52.204-9, Personal Identity Verification of Contractor Personnel


C- 52.204-13 - System for Award Management Maintenance


C- 52.204-18, Commercial and Government Entity Code Maintenance


C- 52.204-19, Incorporation by Reference of Representations and Certifications


*C- 52.209-6, Protecting the Government"s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment


*C- 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations


C- 52.212-4, Contract Terms and Conditions-Commercial Items


*C- 52.219-6, Notice of Total Small Business Set Aside


*C- 52.219-28 - Post-Award Small Business Program Rerepresentation


*C- 52.222-3, Convict Labor


*C- 52.222-19, Child Labor- Cooperation with Authorities and Remedies


*C- 52.222-21, Prohibition of Segregated Facilities


*C- 52.222-26, Equal Opportunity


*C- 52.222-36, Equal Opportunity for Workers with Disabilities


*C- 52.222-50, Combating Trafficking in Persons


*C- 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving


*C- 52.225-13, Restrictions of Certain Foreign Purchases


*C- 52.232-33, Payment by Electronic Funds Transfer- SAM


C- 52.232-39, Unenforceability of Unauthorized Obligations


C- 52.232-40, Providing Accelerated Payments to SB Subcontractors


*C- 52.233-3, Protest After Award


*C- 52.233-4, Applicable Law for Breach of Contract Claim


C- 252.203-7002 Requirement to Inform Employees of Whistleblower Rights


C- 252.203-7997, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements


C- 252.204-7003 Control of Government Personnel Work Product


C- 252.204-7004 Alternate A, System for Award Management


C- 252.204-7012 Safeguarding of Unclassified Controlled Technical Information


C- 252.204-7015, Disclosure of Information to Litigation Support Contractors


C- 252.223-7008, Prohibition of Hexavelent Chromium


C- 252.225-7001, Buy American and Balance of Payments Program (under 25K)


C- 252.225-7002 Qualifying Country Sources as Subcontractors


C- 252.225-7036 Buy American-Free Trade Agreements--Balance of Payments (over 25K)


C- 252.225-7048 Export-Controlled Items


C- 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports


C-252.232-7010, Levies on Contract Payments


C- 252.243-7001 Pricing of Contract Modifications


C- 252.244-7000, Subcontracts for Commercial Items


C- 252.247-7023, Transportation of Supplies by Sea



Incorporated in full text:


P- 52.212-1, Instructions to Offerors-Commercial Items: At a minimum, the vendor must submit a price schedule which asserts they will provide the supplies/services to the minimum standards indicated in the solicitation/PWS.


P- 52.212-3 Alt. I, Offeror Representations and Certifications--Commercial Items--Alternate I


P- 52.212-2, Evaluation-Commercial Items:



BEST VALUE, LPTA


Evaluation- 100% Small Business Set-Aside. The Government will award a firm-fixed priced contract. Award will be made on a best value basis, Lowest Price Technically Acceptable. Only one award will be made, unless it is in the best interest of the Gov"t to issue multiple awards.


ln no event shall any understanding or agreement between the Contractor and any Government employee other than the Contracting Officer on any contract, modification, change order, letter or verbal direction to the contractor be effective or binding upon the Government. All such actions must be formalized by a proper contractual document executed by an appointed Contracting Officer. To be determined technically acceptable the salient characteristics identified on each line item must be met. In order to determine if the products quoted are technically acceptable, product information must be provided with the quote. Vendors quoting the products identified as having been determined acceptable are not required to submit product information.



P- 52.252-1 -- Solicitation Provisions Incorporated by Reference (FILLIN:

http://farsite.hill.af.mil)


P- 52.252-5 -- Authorized Deviations in Provisions


P- 252.209-7993, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law


P- 252.213-7000 Notice to Prospective Suppliers on Use of Past Performance Information Retrieval System-Statistical Reporting in Past Performance Evaluations



C-52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items *clauses with asterick are included by reference


C-52.252-2, Clauses Incorporated by Reference (FILLIN:

http://farsite.hill.af.mil)


C-52.252-6, Authorized Deviations in Clauses (FILLIN: DFARS Vol II)


C- 252-211-7003, Item Unique Idenfication and Valuation


C- 252.232-7006, Wide Area Work Flow Payment Instructions



Notice to Offerors


(a) In compliance with Class Deviation 2012-O0015, the following do not apply to this solicitation/contract:


(1) 52.212-1, paragraph (k).


(2) 52.212-4, paragraph (t).


(3) 52.212-3--Alternate I, introductory paragraph and paragraph (b).


(b) Offerors are required to complete 52.212-3--Alternate I, paragraphs (c) through (o).


(c) Deviation clause 52.204-99, System for Award Management Registration, is required and is added/included by addendum.



All information relating to this solicitation will be posted on the website this solicitation has been posted within. Formal communications such as request for clarifications and/or information concerning this solicitation must be submitted in writing via e-mail (it is the responsibility of the vendor to verify email receipt). NO TELEPHONIC REQUESTS FOR INFORMATION WILL BE HONORED. All answers will be posted to the Federal Business Opportunites website. Offerors are requested to submit questions to the email address noted above not later than 11:59 P.M. EST on 11 Sept 17. Terms of the solicitation and specifications remain unchanged unless the solicitation is amended in writing.


Quotes must be submitted in writing via email by 11:59 p.m. EST on 7 Sept 17 to email

[email protected]
.




Contracting Office Address: 165 SWEENEY RD
LANGLEY AFB, Virginia 23665
United States


Place of Performance: 5901 Beulah Road
Sandston, Virginia 23150
United States


Primary Point of Contact.: Amy Daniels

[email protected] Phone: 7572251794

Secondary Point of Contact: MSGT Chad Hagen, CONTRACT SPECIALIST

[email protected] Phone: 7577647600