Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 14, 2012 FBO #3855
MODIFICATION

R -- COURIER SERVICE

Notice Date
6/12/2012
 
Notice Type
Modification/Amendment
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012366
 
Archive Date
6/30/2012
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON, Phone: 301-435-4380
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION: Removed: quotations are not being requested This is a combined synopsis prepared in accordance with the format in FAR Part 13, Simplified Acquisitions Procedures and FAR Part 12 Commercial Items. This is a Notice of Intent. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The announcement number for this acquisition is NIHLM2012366 and is being issued under the authority of FAR Subpart 6.302-1, 10 U.S.C. 2304 (c)(1). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 492110, which has a size dollar standard of 1500. The Period of Performance includes Base Year plus 4 option years. National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) to procure the services of a courier to provide interoffice delivery of letters, packages and other small items, as needed. Contractor shall perform as a courier for the National Institute of Diabetes and Digestive and Kidney Diseases. The Institute's Division of Intramural Research encompasses the broad spectrum of metabolic diseases such as diabetes, obesity, inborn errors of metabolism, endocrine disorders, mineral metabolism, digestive and liver diseases, nutrition, urology and renal disease, and hematology. Basic research studies include biochemistry, biophysics, nutrition, pathology, histochemistry, bioorganic chemistry, physical chemistry, chemical and molecular biology, and pharmacology. NIDDK extramural research is organized into 4 divisions: Diabetes, Endocrinology, and Metabolic Diseases; Digestive Diseases and Nutrition; Kidney, Urologic, and Hematologic Diseases; and Extramural Activities. The primary responsibilities of this requirement include: Picking up and delivering packages of all sizes, boxes up to 25 pounds in weight, small office equipment up to 25 pounds in weight (including, but not limited to, computer monitors, keyboards, PCs, desktop printers, desktop fax machines, telephones and BlackBerries), Combined Federal Campaign materials and deposits, and confidential correspondence from the Office of the Director. Contractor shall pick up from and deliver to the following locations multiple times per each eight-hour business day: NIDDK offices on the NIH Campus at Buildings 5, 8, 10, 12, 31, and 50; NIDDK offices at the Democracy II building located at 6707 Democracy Boulevard, Bethesda MD; NIH/NIDDK offices at 2115 East Jefferson Street, Rockville MD ; Contractor shall pick up from and deliver to the following locations upon request: NIDDK offices on the NIH Campus at Buildings 1, 2 and 14; National Records Center and other NIH and DHHS locations in the Washington DC metropolitan area. Contractor shall provide evidence of current automobile insurance coverage. Coverage will specify that the vehicle is being used for business purposes and that liability insurance is in effect. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in 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 most advantageous to the Government, price and other factors considered." The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders - Commercial Items, Contract Terms and Conditions - Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar product or service was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization, 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number, 3. Contract Type, 4. Total Contract Value, 5. Description of Requirement to include Statement of Work, 6. Contracting Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. This notice of intent is a request for competitive quotations. The Government will consider responses submitted. Responses must be submitted no later than 11:00 AM Eastern Standard Time (EST), June 22, 2012 to Ms. V. L. Griffin. For delivery through the Postal Service, the address is 6707 Democracy Boulevard, II Democracy Plaza; Suite 700W. Electronic submission will not be accepted. All information furnished must be in writing and must contain sufficient detail to allow the government to determine if it can meet the above specifications described herein. A determination by the Government not to compete the proposed acquisition based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Please reference the announcement number on all correspondence.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2012366 /listing.html)
 
Record
SN02773505-W 20120614/120612235519-7ae8fed7427c2bf8bd25796dc8e80a74 (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.