Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2011 FBO #3571
MODIFICATION

83 -- Hospital Linens - Amendment 2

Notice Date
9/2/2011
 
Notice Type
Modification/Amendment
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
Linen2011
 
Archive Date
6/30/2011
 
Point of Contact
Brian J. Lind, Phone: 301-402-0735
 
E-Mail Address
LindBJ@cc.nih.gov
(LindBJ@cc.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Corrected Government responses from Amenment Number P0001 Revised Salient Characteristics -Attachmment Number 2 - 08-25-2011 Statement Of Work - Revised 08-25-2011 Revised IFB 09-01-2011 Summary changes for IFB SF 30 Amendment Number P0002 Invitation For Bid Number NIHCL2011096 The National Institutes of Health, Clinical Center, Housekeeping and Fabric Care Department (HFCD) has a requirement to acquire replacement linen for the Clinical Center, Edmund Safra Family Inn and the Childrens Inn. The Statement of Work shall include, but not be limited to, the following: bed linens; patient wear; scrub uniforms; and various other items that are needed in the care of patients. The linens shall be purchased through the issuance of individual Delivery/Task Orders throughout the year, usually monthly, to replace worn and missing linen. A Firm Fixed- Price, Indefinite- Delivery Indefinite- Quantity (IDIQ) Task Order type contract is contemplated. The Government anticipates the total life of the Contract shall not to exceed 60 months. The base period of performance will be twelve months from the date of award. Thereafter, the contract shall be renewable as provided in FAR 52.217-9 Option to Extend the Term of the Contract (MAR 2000). The Invitation For Bid (IFB) is 100% Small Business Set-Aside and will contain the following North American Industry Classification System (NAICS) and Size Standard: NAICS code for this requirement is 313210 and the size standard is 1,000 employees or less. The Government will not issue a hard copy of the IFB. All interested vendors must obtain the solicitation documents via the FBO web portal. The IFB will requires interested vendors to provide bid samples that meet or exceed the salient characteristics as specified in the statement of work. These samples will be evaluated by the Governments Technical Evaluation Committee and only those vendors whose bid samples are determined to meet or exceed all of the salient characteristics contained in the IFB will be invited to participate in an online reverse auction. In the event a vendor's bid sample fails to satisfy all of the salient requirements, the vendor's bid will be determined non-responsive and shall be eliminated for further consideration. A reverse auction is a pricing mechanism used by the federal government. The reverse auction will be conducted by a firm that specializes in facilitating reverse auctions. Those vendors who are invited to participate in the reverse auction are then contacted by an enabler who the Government has contracted with to facilitate the reverse auction. The enabler ensures that the vendor's computer equipment is sufficient and then trains each vendor how to participate in the reverse auction. A mock auction shall be is held the day before the actual auction to assure that all participants are fully familiar with the procedures. The enabler shall address all technical questions concerning the reverse auction. Award of this requirement will be made on an all or none basis. This means that any vendors responding to this IFB must be able to satisfy all of the Government requirements. Bids that satisfies some of the Government requirements but fail to satisfy all of the requirements, shall be considered non-responsive and eliminated from further consideration. Please refer to the IFB documents attached as part of this publication. Any question concerning this pre-solicitation should be submitted via email to the attention of the contract specialist Mr. Brian Lind at lindbj@cc.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/Linen2011/listing.html)
 
Place of Performance
Address: National Institutes of Health, 10 Center Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02562223-W 20110904/110903000146-5d7d0403d468bf9796b3d5eaa77efec6 (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.