SOLICITATION NOTICE
D -- FDA-Wide Capital Planning Investment and Control - Solicitation Documents - Government Furnished Information
- Notice Date
- 6/12/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-12-1099989
- Archive Date
- 8/1/2012
- Point of Contact
- Jody L. O'Kash, Phone: 301-827-5094, Gregory A. Green, Phone: 3018277154
- E-Mail Address
-
Jody.O'Kash@fda.hhs.gov, Gregory.Green@fda.hhs.gov
(Jody.O'Kash@fda.hhs.gov, Gregory.Green@fda.hhs.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- GFI Appendix F: Description of IT Enterprise Lifecycle Artifacts GFI Appendix E: Sample Monthly Status Report GFI Appendix C: IT Investment Scorecard GFI Appendix C: List of CPIC Standard Operating Procedures GFI Appendix B: FDA IT Investment List GFI Appendix A: Standard CPIC Timeline SF 1449 RFP Attachment No. 10: Commercial Client Authorization Form RFP Attachment No. 9: Subcontract Consent Form RFP Attachment No. 8: FDA Personnel Security Charts RFP Attachment No. 7: FDA 3398 Form - Protection of Non-Public Information Form RFP Attachment No. 6: Past Performance Questionnaire RFP Attachment No. 5: Task Order Pricing Sheet RFP Attachment No. 4: IDIQ Pricing Sheet RFP Attachment No. 3: Suggested Labor Category Descriptions RFP Attachment No. 2: Instructions to Offerors / Evaluation Criteria RFP Attachment No. 1: Task Order Statement of Work Solicitation, IDIQ SOW, and Other Terms / Conditions (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the FAR part 12, 15, and 19 procedures. In order to Streamline this requirement FAR part 12 procedures were used to the maximum extent possible. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-12-1099989 and is being issued as a Request for Proposal (RFP). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-58. (iv) This solicitation is in accordance with FAR 19.805, Competitive 8a procedures and is limited to eligible 8a companies. The Small Business Administration acceptance number is 035312203018. 8a Companies with the capability to meet our requirement as defined in the Indefinite Delivery Indefinite Quantity (IDIQ) and Task Order No. 1 Statements of Work (SOW) (See Attachments) are encouraged to respond. The NAICS code is 541611, Administrative Management and General Management Consulting Services (with a focus on the Financial Management component). The small business size standard is $7.0M. The Government intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a five year ordering period. In addition to the IDIQ contract, FDA intends to simultaneously issue and award one task orders under this IDIQ. At the discretion of the Contracting Officer, the government may use a Labor Hour, Firm Fixed Price or a combination thereof for the task orders. Each Request for Task Order Proposal (RFTOP) issued under this contract will identify the Government's determination of contract type. (v) & (vi) The FDA Requires Capital Planning Investment Control Services as Describe in the Attached Documents (for a detailed description of our requirement please see Section 3.0 of Solicitation document for IDIQ SOW and RFP Attachment 1 for Task Order No. 1). (vii) PERIOD OF PERFORMANCE: 08/01/2012 - 07/30/2017 (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors -Commercial" (FEB 2012), applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. This evaluation will be conducted using a best value methodology. The Government reserves the right to establish a competitive range and award without discussions. Technical merit will more important than price in evaluating quotes (Please see RFP Attachment No. 2 for Instructions to Offerors and Evaluation Criteria) (xiv & xv) N/A (xvi & xvii) All questions must be submitted in writing to Jody.O'Kash@fda.hhs.gov no later than Tuesday, June 26, 2012 at 1pm. Answers to all questions will be posted as an amendment to the solicitation. Proposals are due in accordance to the Instructions to Offerors Attachment via hand or mail delivery by Tuesday, July 17, 2012 at 1pm Eastern time.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-12-1099989/listing.html)
- Place of Performance
- Address: 1350 Piccard Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN02773429-W 20120614/120612235430-337b256f78ee06a365d5cc963ce2abd1 (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 |