To place a bid or register go to Unison Marketplace

View Details for Buy # 1146735

General Buy Information

Buy #: 1146735  
Solicitation #: N0018923QZ304
Buy Description: Electronic Textbooks for Naval Aviation Schools Command
Category: 76 -- Books, Maps, and Other Publications
Sub Category: 7610 -- Books and Pamphlets
NAICS: 513130 -- Book Publishers
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: No Set-Aside Restriction
Buyer: FLC Norfolk - Philadelphia
End Date: 08/08/2023
End Time: 17:00 ET
Seller Question Deadline: 8/4/2023 - 17:00 ET
Delivery: Special Delivery Instructions - Other: Electronic Delivery required by August 14th.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 Business Analytics, 2nd edition, Jaggia, 2023. Publisher: McGraw Hill Education – Connect access required ISBN10: 1265909296 ISBN13: 9781265909291 180 EA
002 International Logistics Pierre David, 6th edition, 2018. Publisher: Cicero Books. ISBN-13: 978-1-7369456-1-2 ISBN-10: 7369456-1-0 80 EA
003 Supply Chain Analytics Using Data to Optimise Supply Chain Processes, 1st edition, Robertson, 2021. Publisher: Routledge. ISBN 9781003084020 80 EA
004 PackBack Bundle. ISBN: 9780578294667 80 EA

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Government intends to select for award the one responsible quote which conforms to the Bidding Requirements and Buy Terms in the auction, proposes a price that is fair and reasonable, and provides the Lowest Priced, Technically Acceptable (LPTA) quote meeting the specifications of the requirement. If the lowest priced quote is not found to be Technically Acceptable, the government will evaluate the next lowest priced quote, and so on. Quotes determined to be incomplete, unreasonable, or unrealistic will not be considered for award. See the solicitation attachment for more information.
The Buyer requests that Sellers bid only the Brand Name and part number provided (exact make, model, part number and/or description). This means that bids containing substitutions will be viewed as UNACCEPTABLE. If you are not able to deliver the line item as requested, DO NOT BID. Please direct any questions to the Buyer through our 'Submit a Question' button.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order or delivery order. Bids from Sellers unable to accept purchase orders or delivery orders will not be considered for award.
There is no Set-Aside restriction for this Buy.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)
The Buyer has provided special instructions for delivery – Other: Electronic Delivery required by August 14th..
The Buyer is requiring interested Sellers submit Bids with pricing inclusive of all Line Items.

Buy Terms

Name Description
Miscellaneous This announcement constitutes the only solicitation; a formal, written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-60 and DFARS Change Notice 20120724. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm
NAICS The NAICS code is 513130 and the Small Business Standard is Other than small - 1,000 people.
Active System for Award Management (SAM) Registration Quoters must be registered in the SAM database to be considered for award. Registration is free and can be completed on-line at http://www.sam.gov/. Quoters must be registered for “All Awards” to be considered eligible for award.
FOB Destination FAR 52.247-34, F.o.b. Destination applies
52.212-2 52.212-2 Evaluation - Commercial Items.
Equipment Condition New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty.
Offer Period Bid MUST be good for 30 calendar days after close of Buy.
No partial bids allowed No partial shipments are permitted unless specifically authorized at the time of award.
52.222-3 52.222-3 Convict Labor
FAR Site The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/Far/
52.212-5 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items.
52.204-10 52.204-10 Reporting Subcontract Awards.
52.219-28 52.219-28 Post-Award Small Business Program Rerepresentation.
52.222-19 52.222-19 Child Labor--Cooperation with Authorities and Remedies
52.222-21 52.222-21 Prohibition of Segregated Facilities
52.222-26 52.222-26 Equal Opportunity
52.222-35 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans
52.222-36 52.222-36 Affirmative Action for Workers w/ Disabilities
52.222-37 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans.
52.223-18 52.223-18 Contractor Policy to Ban Text Messaging while Driving (SEPT 2010)
52.225-13 52.225-13 Restrictions on Certain Foreign Purchases.
52.232-18 52.232-18 Availability of Funds
252.211-7003 252.211-7003 Item Identification & Valuation (AUG 2008)
252.212-7001 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items. (MAR 2011)
252.232-7003 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports.
252.247-7023 252.247-7023 Transportation of Supplies by Sea (MAY 2002)
252.247-7023 (iv) Alt III 252.247-7023 (iv) Alt III - ALTERNATE III (MAY 2002) 252.247-7023.
252.225-7000, 252.232-7010, 5252.NS-046P, 52.212-4, 52.212-1, 52.252 252.225-7000: Buy American Act-Balance of Payments Program Certificate 252.232-7010: Levies on Contract Payments 5252.NS-046P: Prospective Contractor Responsibility 52.212-4: Contract Terms and Conditions-Commercial Items 52.212-1: Instructions to Offerors-Commercial Items 52.252-1:Solicitation Provisions Incorporated by Reference 52.252-2: Clauses Incorporated by Reference 52.237-2: Protection of Government Buildings, Equipment, and Vegetation.
52.209-2 Prohibition on Contracting with Inverted Domestic Corporations Representation (May 2012)
52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (May 2012)
252.204-7003 Control of Government Personnel Work Product (April 1992)
252.209-7998 Representation Regarding Conviction of a Felony Criminal Violation Under and Federal or State Law (Mar 2012)
252.203-7000 Requirements Relating to Compensation of Former DOD Officials (Sep 2011)
252.225-7001 Buy American Act & Balance of Payments (Oct 2011)
Evaluation Criteria/Basis of Award Sellers understand that the Marketplace ranks all Bids by price; however, sellers will be evaluated by the Buyer in accordance with the basis established in the solicitation and pursuant to applicable acquisition regulations and/or departmental guidelines. The award decision is the sole discretion of the Buyer.
Additional Terms and Conditions See the solicitation attachment for additional clauses and provisions determined by the contracting officer to be applicable to this solicitation.
Brand Name Sole Source Justification Naval Aviation Schools Command intends to send 260 students to the University of West Florida (UWF). Approximately 180 students will attend UWF’s Data Science Certification Program and approximately 80 students will attend UWF’s Supply Logistics Certification Program. The instant action is associated with Educational Service Agreement (ESA) # N0018923GZ008, a Basic Ordering Agreement (BOA) under which NASC processes tuition payments for NASC students attending courses at UWF to support and supplement their on-the-job military education. The instant acquisition is a brand name sole source procurement. While there are several vendors capable of providing the specific books required by the University for each class, only the specific book titles and edition with matching International Standard Book Numbers (ISBN), mentioned above, will satisfy the requirement. The professor at the university determines the textbooks for each class, and there are no substitutes allowed. In keeping with commercial practice, colleges have the prerogative to dictate required course books and materials applicable to students attending courses. The Navy students attending courses at UWF are required to conform to the expectations placed on all other students attending the school; therefore, exceptions in textbook requirements cannot be made for the Navy in this instance. The four (4) publishers listed previously represent the brand name contractors for the required textbooks.
Certifications and Representations Quoters are advised to include a completed copy of the provision at 52.212-3, Offerors Representations and Certifications – Commercial Items, with their submission as well as any other provisions within the solicitation that identify vendor input. If any other provisions are completed within the firm’s SAM.gov entity registration, the firm should note as much in their quote.

Shipping Information

City State   Zip Code
Special Shipping Instructions

Seller Attachment(s): Optional

The attachment(s) could include the following non-pricing information:

Buy Attachment(s)

No. Document Name   Document Size
001 Request_For_Quote.docx   85 KB