Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2011 FBO #3400
SOLICITATION NOTICE

Q -- MORTUARY SERVICES - Statement of Work - Sample Checklists - Exhibit A - Price/Cost Schedule List

Notice Date
3/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812210 — Funeral Homes and Funeral Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
11-001592
 
Archive Date
4/16/2011
 
Point of Contact
Malinda Dehner, Phone: 301-594-6320, Barbara Taylor, Phone: 301-594-5915
 
E-Mail Address
dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov
(dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Required Price/Cost List of supplies and services to be submitted with proposal Infectious Disease Reporting Requirements Sample Burial/Autopsy Checklists SOW/ TechCriteria/Selection Criteria/Invoice and Payment Provisions 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 includes the solicitation package with all attachments under this acquisition for services. This procurement is a total small business set aside. It is the intent of the Government to issue a fixed price, requirements type contract. The solicitation number is RFP 11-001592 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The Clinical Center has a requirement for Mortuary Burial Services along with Autopsy Transportation Services. Offerors are referred to the attached Statement of Work (SOW) for all technical requirements and standards of service. The period of performance is for a one year twelve (12 month) base period with four (4) consecutive twelve (12) month option periods. All services will be requested from the Clinical Center in Bethesda, Maryland. The associated North American Industry Classification System (NAICS) Code is 812210 with a business standard size of $7.0 million. Interested parties who meet the requirements as outined in the SOW are invited to submit a proposal, including statements of how the proposal will meet the Government requirements. All information furnished shall be legible, typed and must contain sufficient detail to allow the government to evaluate and determine best value, see TECHNICAL EVALUATION CRITERIA-SOW (PAGE 12). The technical and past performance combined will be significantly more important than cost. However, cos/price will be a significant factor in the event that two or more vendors are determined to be essentially equal following the evaluation of technical factors. Please submit the technical and cost proposals separately, clearly labeled. Offerors are required to complete Attachment 2- Supplies and Services and Price/Costs Schedule. Please submit your most advantageous pricing arrangements in the proposal labeled-“Cost proposal”. The propsal shall include pricing for the base year, and each subsequent (4) four option year periods, all priced separately and clearly identified as: 1. Base Year 2. Option Year 1 3. Option Year 2 4 Option Year 3 5. Option Year 4 The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS-DEVIATION FOR SIMPLIFIED ACQUISITIONS, FAR 52.212-2, EVALUATION-COMMERCIAL ITEMS. Specific evaluation criteria are listed within the statement of work, titled TECHNICAL EVALUATION CRITERIA. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items-with Duns number addendum. Or, the offeror may provide documentation that the vendor is current and registered in Online Representations and Certifications Application (ORCA) on www.bpn.gov. In addition, the resulting contract will incorporate the requirements of the clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, and the requirements contained in paragraphs (a) and (d) of the clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items-deviation for simplified acquisitions. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37, EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA; 52.223-6 DRUG FREE WORKPLACE, PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (31 U.S.C. 3332); 52.217-5 EVALUATION OF OPTIONS; 52.217-8 OPTION TO EXTEND SERVICES; FAR 52.217-9 OPTION TO EXERCISE TO THE TERM THE CONTRACT. FAR 52.204-9, PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL; FAR 52.237-3, CONTINUITY OF SERVICES; FAR 52.239-1, PRIVACY AND SECURITY SAFEGUARDS. FAR 52.232-18 AVAILABILITY OF FUNDS; 52.232-19 AVAILABILITY OF FUNDS FOR THE NEXT FISCAL YEAR, applies to this requirement. All inquiries regarding this solicitation must be submitted in writing to dehnerm@cc.nih.gov by March 25, 2011, 2:00pm eastern. All questions and responses will be posted in the fedbizopps via amendment to this solicitation within 5 business days of the original inquiry. Offers and related materials must be received in this office by 12:00 p.m. EST on April 1, 2011. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Malinda Dehner at the address listed in this notice, or dehnerm@cc.nih.gov. Please reference the solicitation number, 11-001592 on your offer. Performance will be accomplished at NIH, Bethesda, MD. All expenses incurred as a result of this solicitation, is solely the responsibility of the offeror. Attachments 1) Statement of Work 2) Price/Cost Schedule 3) Invoice and Payment Provisions-(included in SOW) 4) Sample Autopsy and Burial Checklist Exhibit A- Infectious Disease Reporting Requirements
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/11-001592/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02400536-W 20110317/110315234233-709c9ab05b8ee84838ab82faa790a152 (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.