SOLICITATION NOTICE
99 -- Centralized Receiving/Distribution Warehouse Services
- Notice Date
- 9/20/2006
- Notice Type
- Solicitation Notice
- NAICS
- 493110
— General Warehousing and Storage
- Contracting Office
- Department of Health and Human Services, Center for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, GA, 30341-4146
- ZIP Code
- 30341-4146
- Solicitation Number
- 2006-N-08433
- Archive Date
- 10/11/2006
- Small Business Set-Aside
- 8a Competitive
- Description
- The Centers for Disease Control and Prevention (CDC) intends to purchase Centralized Receiving/Distribution Warehouse Services for the Atlanta, Georgia area. The Contractor will provide Centralized Receiving/Distribution Warehouse Services for a one (1) month Transition Period, one (1) base year and three (3) twelve (12) month option periods. The Contractor shall separate pricing for the transition period and the one base year with 4 option periods. The Contractor is expected to fully provide Centralized Receiving/Distribution Warehouse services beginning at the end of the one month transition period. The Contractor shall also submit with their proposal a Transition Plan that addresses the following issues: (a) Complete a warehouse assessment to find the most efficient method of utilizing the space provided while meeting the demands within the Performance Work Statement (PWS). (b) Selection of Contractor Personnel (c) Training of Contractor Personnel (routes and service locations) (d) Complete Contractor Quality Control Plan (e) CDC Security and Badge Issues (f) Perform joint inventory of all Government-furnished property (g) Assume full responsibility of all Government-furnished property and sign applicable inventory forms. The Offeror proposal shall address the requirements listed in the Performance Work Statement (PWS) attached. The one (1) month Transition Period is estimated to begin on November 1, 2006 and the 1 year of full performance is estimated to begin on December 1, 2006. Offerors must propose in accordance with the attachments to this solicitation. DUE DATES FOR QUESTIONS AND PROPOSALS: Questions are due NLT 5pm EST on September 27, 2006. Responses to Questions will be sent to all offerors NLT 5pm EST on October 2, 2006. Proposals are due NLT 3pm EST on October 11, 2006. The Government intends to evaluate offers and award a contract without discussions and Offerors providing the requested service. Therefore, the initial offer should contain the offeror's best terms from a technical and price standpoint. The Government reserves the right to conduct discussions if necessary. Source Selection and Award will be awarded to the offeror whose proposal is considered to be the best value and most advantageous to the Government. Technical evaluation factors will be more important than cost/price in evaluation of the proposals. The North American Industry Classification (NAICS) Code is 493110 and the Size Standard is 1500 employees for this requirement. The Government will evaluate proposals only from organizations that are 8 (a) certified by the U.S. Small Business Administration and are located within a 251.0 mile radius of 1600 Clifton Road, Atlanta, Georgia. Each offeror needs to identify and certify its size status in the Representations and Certifications submitted with the proposal. Interested offerors capable of furnishing the Government with the services in this synopsis and Performance Work Statement attached should submit proposals to the email address listed below. The proposals shall include the itemized price, separate pricing for the one (1) month Transition period, separate pricing for the one (1) year of full performance period with three (3) twelve (12) month option periods, prompt payment terms, the F.O.B. Point (Destination or Origin). Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and descriptive literature of the product quoted. The proposal must reference Solicitation Number 2006-N-08433. Proposals will be due on October 11, 2006 by 3 PM Eastern Standard Time. All responsible 8(a) certified sources located within a 251.0 mile radius of 1600 Clifton Road, Atlanta, Georgia may submit a proposal, which if timely received, shall be considered by the agency. Proposals must be submitted via email to gmullins@cdc.gov. All interested parties that believes it can meet the above requirements, should submit a proposal. The proposal and any other furnished information must be in writing and must contain material in sufficient detail to allow CDC to determine if the party can fully meet the requirements herein. The requirement will be procured as a commercial item in accordance with FAR Part 12.102(c) under the test program. 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; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The following provisions apply to this acquisition; 52.212-1 Instructions to Offerors - Commercials Items (JAN 2005); 52.212-2, Evaluation - Commercial Items (JAN 1999); the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed system to meet the requirements stated herein, and (2) price. The clause 52.212-4, Contract Terms & Conditions - Commercial Items (OCT 2003) applies to this acquisition. The following FAR Clauses are hereby added to this clause: 52.247-35 F.O.B. Destination; The clause at 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (APR 2005) applies to this acquisition. The following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (1), (3), (5), (7), (9), (11), (12), (14), (15), (17), (18), (20) and (24). OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212-3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS, WITH YOUR QUOTE. The best way to complete this certification is to download the FAR Clauses (Volume II) at: http://www.arnet.gov/far, print out the clause 52.212-3, Offeror Representation and Certification (MAR 2005), and fill in the appropriate blanks. Proposals will be due on October 11, 2006, by 3:00 PM EST at the following email address: gmullins@cdc.gov; Attn: Germaine Mullins. RFQ# 2006-N-08433. Attn: Germaine Mullins shall be clearly marked on the Request for Proposal cover page. EMAIL INQUIRIES ONLY!!!
- Place of Performance
- Address: Atlanta, Georgia
- Zip Code: 30341
- Country: UNITED STATES
- Zip Code: 30341
- Record
- SN01149194-W 20060922/060920220219 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |