SOLICITATION NOTICE
70 -- LexisNexis Concordance or Equal
- Notice Date
- 6/25/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 519190
— All Other Information 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-2012-1105443
- Archive Date
- 7/26/2012
- Point of Contact
- Syntoria L Spencer, Phone: 301-827-6772, Linda Alexander-Giles, Phone: 301-827-7048
- E-Mail Address
-
syntoria.spencer@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov
(syntoria.spencer@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- 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 constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This synopsis is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13 for the following, under simplified acquisition procedures. The Request for Proposal number is FDA-SOL-2012-1105443. Provisions and clauses in effect through Federal Acquisition Circular 05-45 are incorporated into this request. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The provisions and clauses may be accessed in full text at www.acquisition.gov/far. The NAICS code is 519190, All Other Information Services. This requirement is a set-aside for small businesses. All qualified vendors are encouraged to respond. The purpose of this procurement is for the procurement of the Automated Litigation Support and Discovery Management (ALSDM) software (LexisNexis Concordance or Equal) for the U.S. Food and Drug Administration (FDA)/Office of Information Management (OIM). The Period of Performance for this acquisition is one twelve month base period and one twelve month option year. The FDA/OIM requests proposal responses from all qualified businesses capable of providing ALSDM software per the below specifications. All requested resources are specified in this combined synopsis/solicitation. CLIN 0001 - LexisNexis Concordance (Base Period) CLIN 0002 - LexisNexis Concordance (Option Year 1) DESCRIPTION OF WORK: The purpose of this procurement is for the procurement of the Automated Litigation Support and Discovery Management (ALSDM) software (LexisNexis Concordance or Equal). DELIVERABLES: The following items must be provided electronically within ten (10) days after award: 1. Provide web interface licenses and image viewer licenses (to be stored on FDA's server) for twenty (20) users with capacity to increase up to thirty-five (35) users. FDA prefers unnamed licenses. 2. One (1) administrator console network license to allow administrators to load, manipulate and backup data. 3. If required, server software required to operate all licenses. 4. Vendor must provide user-guide / admin guide in PDF format for end-users. 5. One year of software upgrades/patches maintenance and phone support for all licenses. Government Responsibilities: 1. List of Government-furnished data, property, or facilities to be provided to the vendor. 2. The Government's responsibility for reviewing and approving reports and similar matters generated. PERIOD OF PERFORMANCE: Base Period: July 14, 2012 - July 13, 2013 Option Year 1: July 14, 2013 - July 13, 2014 PERIOD OF PERFORMANCE: U.S. Food and Drug Administration 1350 Piccard Drive Rockville, MD 20855 TECHNICAL REQUIREMENTS: The software must comply with the following technical requirements and the following technical services must be provided: 1. Server side software must be compatible with Windows 2008 R2 operating system. 2. Clients must be able to access/search data via Internet Explorer browser. Thick client must not be required. 3. LDAP authentication must be supported. 4. Vendor must provide 24/7 helpdesk admin / end-user technical support. 5. Vendor must provide software upgrades/patches maintenance. SALIENT CHARACTERISTICS: This software will be hosted in FDA's Data Centers. 1. The ALSDM software is required to be fully compatible without manipulation or re-formatting with the software used by the United States Attorney's Offices, LexisNexis Concordance. 2. The ALSDM software is required to integrate seamlessly, without modifications, with both Case Map and Time Map software; these products are used in-house for fact and issue management and visual timeline graphing analysis, respectively. Data generated from Case Map and Time Map will be imported into an ALSDM system and used in conjunction with other data sources. 3. Web-based software is required. 4. The Automated Litigation Support and Discovery management (ALSDM) software shall encompass a wide range of features to assist investigators/analysts in the organizing, analyzing, and searching of evidentiary material used in the investigative process and Federal criminal proceedings such as Federal grand jury sessions, pre-trial motions, trials, hearings, and appeals. In addition, the ALSDM software is required to track and catalog evidentiary material for criminal investigator's reports, and discovery motions for pre-trials, trials, and post-trial hearings. 5. The ALSDM software is required to be compatible with the CPL programming language. The ALSDM software must read the CPL format since electronic evidence is often received in this format. 6. The ALSDM software shall create a database and provide a means to review digital and hard copy evidence for relevance and provide in depth searching capability. The database shall provide indexing tools, vocabulary control (dictionaries), Optical Character Recognition (OCR), and reporting capability. The database shall allow for document loading, coding, updating, information analysis, tagging and information sharing. The database shall allow for paper documents to be electronically processed and stored while retaining the original source formatting and relationships between emails and attachments. The database shall also allow for electronic data acquisition and production including data extraction, receipt, analysis, and processing of electronic files including email files, native files, digital image files, etc. 7. While searching for relevant terms, phrases, passages, or numeric values, the software will highlight the specific search result on the exact location on the searchable image or file. The software must be able to conduct complex searches of material by using Boolean, Fuzzy Logic, Wild Card, Relational, and Concept methods. Search results including highlighted search terms, phrases, passages or numeric values must be able to be saved as a subset of the database for easy retrieval and to avoid duplicity of work. 8. The ALSDM software shall provide a means to view images and also provide an electronic cross- reference file that associates images with the native files for easy retrieval and verification. 9. Enable users to manage and process large volumes of case-related materials. 10. The software shall allow for quick retrieval of images and allow users to view images side-by-side with the document text. 11. In addition to searching for text or other content, images shall be searchable by various attributes such as production number, box number, exhibit number, Bates stamp number, date, author etc. The software shall allow for images to be displayed in black & white or color. 12. Zoom, pan, scroll and rotate features shall be available. 13. The software shall recognize a large number of image formats such as BMP, CAL: BMP, CALS, DCX, GIF, JPEG, LD, MARS, NAVSEA, NIFF, PCX, PDA, PDF, TEXT, TIFF, TMS. 14. A renumbering feature shall be included in the software to eliminate page gaps. 15. Redactions, redlines, highlights, image keys, barcodes, custom notes, and text from database fields shall be burned into documents. 16. TIFF images should be easily separated or consolidated with one click. 17. Subsets of the image base shall be easily saved and/or exported to CD or DVD as a new image base. 18. A writeable database shall exist to allow production numbers to be written back to the original database. 19. All image markups, annotations, redactions, etc. shall be done with the use of an overlay file to retain image integrity. 20. An administrator console network license shall allow administrators to load, manipulate and backup data at a centralized location. 21. The software must provide security protocols to ensure to prevent unauthorized access of material that are protected by Federal Criminal procedures for secrecy. This level of security shall allow for the uploading of images by investigation into databases that can only be viewed by personnel with a "need to know." 22. A web interface license shall allow multiple "need to know" users to view investigative evidentiary material concurrently and to share information via a web interface. A web interface license also allows for increased collaboration from remote offices where evidence can be reviewed in real time without sacrificing the integrity of the case data. 23. Image viewer licenses shall allow multiple users, with a "need to know", to view the related document images concurrently. 24. If required, server software will be provided in order to operate the system. 25. The network software shall provide multi-level subject folders to allow users to organize their tags in hierarchical groups for ease of review and categorization, either public or private. 508 COMPLIANCE: This requirement is subject to Section 508 compliance. Vendor proposals shall address how the proposed solution will comply with Section 508. Specifically the following 508 Standards are applicable: §1194.21 Software applications and operation systems. §1194.22 Web-based intranet and internet information and applications. §1194.23 Telecommunications products. §1194.24 Video and multimedia products. §1194.25 Self contained, closed products. §1194.26 Desktop and portable computers. §1194.31 Functional performance criteria. §1194.41 Information, documentation, and support EVALUATION FACTORS FOR AWARD: The Government shall award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest-price-technically-acceptable (LPTA) offer. Award will be made on the basis of the lowest evaluated price (inclusive of options) meeting or exceeding the non-cost factor (technical conformance to the requirements of the solicitation). The Government intends to evaluate offers and award a contract without discussions. The offeror's initial offer should contain the offeror's best terms from a price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the best interest of the Government; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. The following factors shall be used to evaluate offers: 1. Technical Features Meeting/Exceeding Salient Requirements (Brand Name or Equal) 2. Total Price (all CLINs shall be priced) PROPOSAL INSTRUCTIONS TO OFFERORS: Offerors are required to submit their proposals in two separate volumes as follows: Volume I - Technical Proposal Volume II - Pricing Proposal The completion and submission of the above items will constitute an offer (proposal) and will indicate the offeror's unconditional assent to the terms and conditions of this RFP and any attachments hereto. Alternate proposals are not authorized. Objections to any terms and conditions of the RFP will constitute deficiency, which may render the offer unacceptable. Volume I - Technical Proposal: This portion of the proposal to include all data and information required for technical evaluation of brand name or equal product, and exclude any reference to the pricing aspects of each offer. If an equal product is proposed, offeror shall demonstrate how that product is equal to the brand name product. Offerors shall demonstrate in sufficient detail that the proposed solution will successfully meet the requirements of the salient characteristics. For purposes of clarification, offerors are encouraged to provide trial access to their products to demonstrate how the requirements of the salient characteristics will be met. Volume II - Pricing Proposal: This volume shall include the complete pricing. Offerors shall propose pricing for a twelve (12) month base period and one (1), twelve (12) month optional period. Offerors shall price each CLIN and clearly state an overall cost to the Government (inclusive of options). FAR PROVISIONS AND CLAUSES: (x) 52.211-6 Brand Name or Equal (AUG 1999) (xi) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (APR 2012). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor's online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xii) 52.212-4 Contract Terms and Conditions-Commercial Items (FEB 2012) (xiii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (Jul 2010) (Pub. L. 111-5). __ (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Dec 2010) (31 U.S.C. 6101 note). __ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). __ (8) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (9) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (10) [Reserved] X (11)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (12)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. __ (13) 52.219-8, Utilization of Small Business Concerns (Jan 2011) (15 U.S.C. 637(d)(2) and (3)). __ (14)(i) 52.219-9, Small Business Subcontracting Plan (Jan 2011) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Jul 2010) of 52.219-9. __ (15) 52.219-13, Notice of Set-Aside of Orders (Nov 2011)(15 U.S.C. 644(r)). __ (16) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (17) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (18)(i) 52.219-23, Notice of Price Evaluation Adjustment for Small Disadvantaged Business Concerns (OCT 2008) (10 U.S.C. 2323) (if the offeror elects to waive the adjustment, it shall so indicate in its offer). __ (ii) Alternate I (June 2003) of 52.219-23. __ (19) 52.219-25, Small Disadvantaged Business Participation Program-Disadvantaged Status and Reporting (Dec 2010) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (20) 52.219-26, Small Disadvantaged Business Participation Program- Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). __ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns (Nov 2011). __ (24) 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Nov 2011). X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). X (27) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). X (28) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). X (29) 52.222-35, Equal Opportunity for Veterans (Sep 2010)(38 U.S.C. 4212). X (30) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). X (31) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33) 52.222-54, Employment Eligibility Verification (JAN 2009). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (34)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (35) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (36)(i) 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (DEC 2007) (E.O. 13423). __ (ii) Alternate I (DEC 2007) of 52.223-16. X (37) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). X (38) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). __ (39)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). __ (ii) Alternate I (Jan 2004) of 52.225-3. __ (iii) Alternate II (Jan 2004) of 52.225-3. __ (40) 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). X (41) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (42) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (43) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (44) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). __ (45) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). X (46) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). __ (47) 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration (May 1999) (31 U.S.C. 3332). __ (48) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). X (49) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (50)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] __ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). __ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (3) 52.222-43, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (4) 52.222-44, Fair Labor Standards Act and Service Contract Act-Price Adjustment (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). __ (5) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 351, et seq.). __ (6) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). __ (7) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). __ (8) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Apr 2010) (Pub. L. 110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)). (ii) 52.219-8, Utilization of Small Business Concerns (Dec 2010) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) [Reserved] (iv) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (v) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (vi) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (vii) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (viii) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). (ix) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (x) 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (Nov 2007) (41 U.S.C. 351, et seq.). (xi) 52.222-53, Exemption from Application of the Service Contract Act to Contracts for Certain Services-Requirements (Feb 2009) (41 U.S.C. 351, et seq.). (xii) 52.222-54, Employment Eligibility Verification (JAN 2009). (xiii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (Mar 2009) (Pub. L. 110-247). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xiv) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) 52.217-8 Option to Extend Services. 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 60 days. (End of clause) 52.217-9 Option to Extend the Term of the Contract. 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 60 days provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 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 60 months. (End of clause) INVOICING PROCEDURES: FDA 1137 Invoice Submission 1. The Contractor shall submit one (1) copy of each invoice to the attention of the Contract Specialist identified above. Invoices submitted under this contract must comply with the requirements set forth in the FAR clauses at 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) and other applicable FAR clauses included herein. A. To constitute proper invoice/vouchers, the invoice must be submitted on company letterhead and include the following: (I) Name and Address of the Contractor; (II) Invoice Date and invoice Number; (III) Purchase Order Number; (IV) Description, Quantity, Unit of Measure, United Price and extended price supplies delivered or services performed; (V) Shipping Number and Date of Shipment, Including the Bill of Lading Number and weight of shipment if shipment if shipped on Government Lading; (VI) Terms of any Discount for Prompt Payment Offered; (VII) Name and address of Official to whom payment is to be sent (Must be the same as that in the Purchase Order or in a notice of assignment); (VIII) Name, Title, and Phone Number of Person to notify in event of effective invoice(s); (IX) Taxpayer Identification number (TIN); (X) Electronic funds Transfer (EFT) Banking information; including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (XI) Name and Telephone Number of the FDA Project Officer Referenced on the Purchase Order; and (XII) Any other information or documentation required by the purchase order/award. An electronic invoice is acceptable if submitted in adobe acrobat (.pdf) format. All items listed in (i) through (xii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. B. Electronic invoices shall be in.pdf format, legible, and must not contain any ink changes. C. Direct question regarding payment to the FDA Payment Office at: FDA PAYMENT SERVICES ATTN: VENDOR PAYMENT, OFS FDA 10903 NEW HAMPSHIRE AVENUE BLDG 32, RM 2162, MAIL HUB 2145 SILVER SPRING, MD 20993-0002 The contractor is requested to hold price quotations for a minimum of 45 days. OTHER ADMINISTRATIVE INSTRUCTIONS: Central Contractor Registration (CCR). In accordance with FAR 52.212-4, Offerors shall be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-2012-1105443/listing.html)
- Place of Performance
- Address: U.S. Food and Drug Administration, 1350 Piccard Drive, Rockville, Maryland, 20855, United States
- Zip Code: 20855
- Zip Code: 20855
- Record
- SN02785418-W 20120627/120625235355-815a7505e1541e5a0cac22a2d617a101 (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 |