Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2008 FBO #2488
SPECIAL NOTICE

R -- Arena Consulting Support Services

Notice Date
9/16/2008
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
HHSN-263-2008-KH-0280
 
Point of Contact
Kirtner D Hobson,, Phone: 301-443-7979, Zedekiah J Worsham,, Phone: 301-594-3560
 
E-Mail Address
hobsonkd@od.nih.gov, worshamz@od.nih.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYSNOPSIS/SOLICITATION NOTICE. This is a combined synopsis for commercial items, prepared in accordance with the format of FAR 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. THE SOLICITATION NUMBER HHSN-263-2008-KH-0280 is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification System Code (NAICS) applicable to this requirement is 541519 and the business size standard is $10 million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. It is the intent of the National Institutes of Health, The Office of Research Services (ORS), to procure the services/products from Rockwell Automation, Inc. for the following: 1. Arena Consulting Support Base Year Services. 2. Travel Expenses. 3. Four Option Years. 4. Additional User Terms. 5. Period of Performance: a. Base Year 10 Days after award to December 31, 2008. b. Option Year One: January 1, 2009 to December 31, 2009. c. Option Year Two: January 1, 2010 to December 31, 2010. d. Option Year Three: January 1, 2011 to December 31, 2011. e. Option Year Four: January 1, 2012 to December 31, 2012. The sole source determination is based on the fact that Rockwell Automation is the sole source that develops the Arena Software and supports the Arena Software for users worldwide. The Rockwell Automation simulation consulting group is the only consulting group applying the Arena software to real world problems with direct contact to Arena support and development staff. There are no comparable software or products to the Arena Software line. Quotes are due September 22, 2008 by 10:00 a.m. eastern time. The delivery and acceptance F.O.B. point shall be Bethesda, Maryland. The estimated expected delivery date shall be 10 days or sooner after receipt of the purchase order. The award will be made based upon the technical specifications of the required products and delivery period in this combined synopsis, and to the lowest price, technically acceptable quote meeting the Governments requirements. The offerors must submit written descriptive literature of the product in their quote, an itemized price list and warranties of the product quoted. The Government intends to evaluate offerors and award a purchase order without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The offerors quotes must include an itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and vendors shall include a complete copy of the provision at 52.212-3, Offeror Representations and Certifications – Commercial Items with its quote. The offeror must also register in the Government’s Contractor Registry System. Note: www.ccr.gov. The clauses and provisions referenced in this solicitation may be obtained in full text form at http://www.arnet.gov/far. 1. Delivery shall be within 60 days from the date of the award, or rationale for alternate timing, shall be included. 2. Installation, training, and a 90 day warranty, or better, shall be included. The following provisions and clauses apply to this acquisition: Far Clause 52.212-1, Instructions to Offerors - Commercial; FAR Clause 52.212-3, Offeror Representatives and Certifications – Commercials Items; FAR Clause 52.212-4 Contract Terms and Conditions – Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items. In paragraph (b) of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders – Commercial Items, the following clauses will apply: 52.222-3, 52.222-19, 52.219-8, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.225-5, and 52.225-13. This provision may be obtained at http://www.arnet.gov/far. The NIH will evaluate the quality, completeness, and relevance of the quotes. As stated in the FAR Clause 52.212-2(a), “The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered.” The quote must reference Solicitation number: HHSN-263-2008-KH-0280. All responsible sources may submit a quote which, if timely received, shall be considered by the agency. Quotes must be submitted in writing to the Office of Logistics & Acquisitions, Simplified Acquisitions Branch, 6011 Executive Blvd., Suite 637E, Bethesda, MD 20892, Attention: Mr. Kirtner Hobson. Response may be submitted electronically to: HobsonKD@OD.NIH.GOV and by fax to (301) 402-0577. Responses will only be accepted if dated and signed by an authorized company representative.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=29ee01acbb7e6a700cab065eb9159dbd&tab=core&_cview=1)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01671681-W 20080918/080916220810-29ee01acbb7e6a700cab065eb9159dbd (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.