Combined Synopsis/Solicitation
DAFL Youth Book Point Plan
773 Enterprise Sourcing Squadron
Joint Base San Antonio (JBSA) Lackland, TX 78226-1865
Date: 13 May 2024
Title: DAFL Youth Book Point Plan
Request for Quote (RFQ) / Solicitation Number: FA805224PRE200
Closing Response Date: 23 May 2024 at 2:00 PM CST
Contact Point(s): Jennifer Flores, Contracting Specialist
Email: [email protected]
Contact Point(s): Dorothy Howe, Contracting Officer
Email: [email protected]
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 a 100% Small Business Set-Aside 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 Youth 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 point plan for books requested throughout the year by the Department of the Air Force Libraries worldwide. The Point Plan must provide books in hardback, paperback, uncovered, and covered, and in audio. Book selection will be done by the VCL Office and will be shipped to over 75 libraries.
Product Characteristics an equal item must meet to be considered:
3. Period of Performance: The Period of Performance (POP) is for one (1) 12-month base period of performance and two (2) 12-month option periods. The entire period of performance for this contract action shall not exceed 36 months.
Estimated Schedule
Base Period: 31 May 2024- 30 May 2025
Option Period 1: 31 May 2025 - 30 May 2026
Option Period 2: 31 May 2026 - 30 May 2027
4. Questions: The Government will accept questions concerning solicitation number FA805224PRE200 until 20 May 2024 at 12:00 PM CST. Email your questions to [email protected]. 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 [email protected] and Contracting Officer, Dorothy Howe at [email protected]. Quotes must conform to the requirements of this solicitation and be received no later than 23 May 2024 at 2:00 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: