Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 12, 2010 FBO #3275
SOLICITATION NOTICE

75 -- Service Agreement

Notice Date
11/10/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423420 — Office Equipment Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, DO-ATL-Crawford, Rm 116 HFR-SE1, Atlanta, Georgia, 30309, United States
 
ZIP Code
30309
 
Solicitation Number
1081870
 
Archive Date
12/4/2010
 
Point of Contact
Thomas M Dumas, Phone: 404-253-1253
 
E-Mail Address
thomas.dumas@fda.hhs.gov
(thomas.dumas@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Food and Drug Administration intends to award a Firm Fixed Price Purchase Order for a Preventive Maintenance Agreement for 8 Lektriever File Units. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 solicitation number is 1081870. This is a 100% Small Business set-aside. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-46, effective October 29, 2010. The applicable North American Industry Classification System (NAICS) code is 423420 Office Equipment Merchant Wholesalers and the size standard is 100 employees. The U.S. Food and Drug Administration (FDA) have a requirement for a Preventive Maintenance Service Agreement for 8 Lektriever File Units. Statement of Work : Provide a one-year plus 2 Option Years Preventive Maintenance Service Agreement for the following Lektriever File Units: 1 each Model - LK110 1 each Model – LKS80 2 each Model – LKS80M 1 each Model – LK102 3 each Model – LK2000 The service must include at least one annual Preventive Maintenance Service visit per contract calendar year. Period of Performance: One (1) base year and two (2) option years. Base Year: December 1, 2010 – November 30, 2011 Option Year 1: December 1, 2011 – November 30, 2012 Option Year 2: December 1, 2012 – November 30, 2013 Please provide a quote for the base year as well as each consecutive option year. Capability and Technical Experience - Interested parties should submit capability statements describing adequate training, experience and technical appropriateness in reference to the potential work to be conducted in the Service Description. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract type: Commercial Item - Firm Fixed Price. Simplified procurement procedures will be utilized. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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 following factors shall be used to evaluate offers: (i) Technical capability of the items/services offered to meet the Government’s requirement; (ii) Past Performance; (iii) Price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the offeror has the capability to perform the required services which demonstrates knowledge of the requirement to meet the Government's requirement. Provide experience within the last 3 years of providing this type of support plan for the same equipment. Past Performance: (a) Identify federal, state, local government, or private contracts for which the offeror has performed work similar to the SOW in this solicitation (include contracts within the last three years, point of contact, and telephone numbers). (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer or indicate certifications in ORCA at http://orca@bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6; 52.219-28; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-36; 52.225-1; 52.225-3; 52.225-13; 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 1 day of contract expiration. (End of clause) 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 1 day of contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (End of clause) 52.232-19 Availability of Funds for the Next Fiscal Year (APR 1984) Funds are not presently available for performance under this contract beyond November 30, 2011. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond November 30, 2011 until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer. (End of clause) It is the offeror’s responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offers are due in person, by mail or fax on or before November 19, 2010 by 1:00 p.m. (Eastern Standard Time - Local Prevailing Time in Atlanta, GA), at the Food and Drug Administration/OAGS, Attn: Thomas Dumas, 60 8th St NE., Atlanta, GA 30309. For information regarding this solicitation, please contact Thomas Dumas @ (404) 253-1253, FAX (404) 253-2256, email thomas.dumas@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1081870/listing.html)
 
Place of Performance
Address: Food and Drug Administration, 404 BNA Drive, Suite 500, Nashville, Georgia, 37217, United States
Zip Code: 37217
 
Record
SN02326180-W 20101112/101110234548-2ccdb5e4196e1755152181240328d9a4 (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.