SOLICITATION NOTICE
70 -- Micromedex
- Notice Date
- 12/19/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 511120
— Periodical Publishers
- 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-2013-1113437
- Archive Date
- 1/18/2013
- Point of Contact
- Linda Alexander-Giles, Phone: 301-827-7048, Syntoria L Spencer, Phone: 301-827-6772
- E-Mail Address
-
linda.alexander-giles@fda.hhs.gov, syntoria.spencer@fda.hhs.gov
(linda.alexander-giles@fda.hhs.gov, syntoria.spencer@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- REQUEST FOR QUOTATION FOR FDA-SOL-2013-1113437 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is FDA-SOL-2013-1113437 and is being issued as a "Brand Name or Equal To" Request for Quotation (RFQ). This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-27. This is a total small business set-aside. The NAICS code is 511120 and the small business size standard is 500 employees. The Government intends to issue a fixed price purchase order for a base plus four option years and reserves the right to issue an award without discussions. GENERAL REQUIREMENTS: FDA researchers require access to the following resources to conduct research and meet the research mission of FDA. The U.S. Food and Drug Administration (FDA) Biosciences Library requires online electronic access to all the below information resources in order to satisfy FDA researcher's information needs and ensure they have access to the information they require to do their work. These resources are highly valued and used by FDA researchers in support of the Agency mission as evidenced by usage statistics. The resources required are: DrugDex System, Index Nominum, AltMedDex, DiseaseDex, Emergency Medicine, DrugReax System, Index Nominum, Martindales Complete Drug Reference, Reprorisk and the RedBook, DESCRIPTION OF WORK: The Contractor shall provide the FDA Biosciences Library a search platform with a compilation or reference resources. Users shall have the ability to search across one (1) platform rather than multiple platforms. This method provides a more efficient, time and cost savings manner for FDA researchers by saving the overall search time necessary for finding pertinent information and performing the research work necessary to meet the mission of FDA. The Contractor shall troubleshoot any access problems as needed, but is not expected to respond during non-operational hours. Operation hours are considered from 8:30am to 5:30pm., Monday through Friday, Eastern Standard Time (EST), exclusive of weekends and holidays. SCOPE AND REQUIREMENTS: The FDA Biosciences Library requires online web access, to a select group of core references resources for unlimited users based on Internet Protocol (IP) authentication. Users shall be provided with 24/7 online web access on their desktops. The resources offer scientific, technical, toxicological, and medical research to support FDA scientists meets FDA's research mission. This online web access eliminates the need for the Library or offices to purchase duplicate copies of individual titles saving the Agency research time and money. SPECIFIC REQUIREMENTS: The following resources (or "equal to") shall be provided: 1. The FDA requires online access to a resource that provides access to the following: •AltMedDex TM - Evidence-based monographs on dietary supplements, herbals and alternative therapies. •The Red Book Online - Comprehensive current and historical drug/device pricing. •DRUGDEX® System - Peer reviewed evidence-based drug information on drugs and investigational drugs. •DRUG-REAX® System - Interactive drug interactions tool to help check interacting drug ingredients, their effects, and clinical significance. •Martindale - Provides quick, easy access to indepth international drug information. Includes summaries for more than 150,000.00 proprietry products from 37 countries. •Index Nominum - Trade names, synonyms and therapeutic classes for international drugs. •POISINDEX® System - Ingredient information for commercial and pharmaceutical products. •Reprorisk - evaluates risks of drugs, chemicals, and physical and environmental agents of women, men, and unborn children. 2. Online, comprehensive reference resources that is able to offer specialty focused clinical resources including, multi-drug interaction checker and evidence-based application for mobile devices. For the above list, the Contractor shall provide the following: •A site license for 24/7 desktop web access, Agency wide for unlimited users with IP authentication. •Customer service shall be available to troubleshoot website/connectivity issues via phone, email, etc. •Researchers and librarians need access to all of the resources and must be able to search selected resources with one (1) query and one (1) interface. •Users require a single access interface to search across multiple resources. This type of simultaneous searching reduces the need for multiple searches and saves the agency researcher research time and the cost of purchasing multiple print subscriptions through various contractors. PERIOD OF PERFORMANCE: Base Year: January 1, 2013 - December 31, 2013 DELIVERABLES: 1. The interface shall be hosted on the contractor's server. It shall be IP accessible for unlimited FDA-wide access. 2. If a plug-in, additional software or recommended software is required for optimal use, the Contractor shall specific requirements. The Contractor shall address any questions or problems encountered when using this product with supported software or hardware. 3. The Contractor shall provide usage statistics on a monthly basis. The format of the usage statistics is provided either via email or by Contractor provided login and shall include session count, search count and total document retrievals per title. 4. Contractor shall provide online tutorials. The Contractor shall also provide on-site training, briefings, and updates to FDA researchers, in the Washington, DC Metropolitan area as well as selected remote offices. TECHNICAL UNDERSTANDING: To determine technical merit, each quotation will be evaluated against the requirements listed in this solicitation. All vendors offering an "Equal To" product must provide supporting documentation that their product can meet the requirements listed in this solicitation. 1) The proposals will be graded subjectively with final scores of, "Acceptable", or "Unacceptable". A score of "Acceptable" would mean that the proposed product fully met the requirements. An "Unacceptable" score means that the offer will not be considered for award. 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 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: 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: This volume shall include the complete pricing. Offerors shall propose pricing for a twelve (12) month base period and four (4), twelve (12) month optional periods. Offerors shall price each CLIN and clearly state an overall cost to the Government (inclusive of options). 508 COMPLIANCE: In order to comply with Section 508 of the Rehabilitation Act, the Government asks vendors to complete a Voluntary Product Accessibility Template (VPAT) and submit it with their quote. The technical standards applicable to this requirement are: §1194.22 Web-based Intranet and Internet Information and Applications (a) A text equivalent for every non-text element shall be provided (e.g., via "alt", "long desc", or in element content). (b) Equivalent alternatives for any multimedia presentation shall be synchronized with the presentation. (c) Web pages shall be designed so that all information conveyed with color is also available without color, for example from context or markup. (d) Documents shall be organized so they are readable without requiring an associated style sheet. (e) Redundant text links shall be provided for each active region of a server-side image map. (f) Client-side image maps shall be provided instead of server-side image maps except where the regions cannot be defined with an available geometric shape. (g) Row and column headers shall be identified for data tables. (h) Markup shall be used to associate data cells and header cells for data tables that have two or more logical levels of row or column headers. (i) Frames shall be titled with text that facilitates frame identification and navigation. (j) Pages shall be designed to avoid causing the screen to flicker with a frequency greater than 2 Hz and lower than 55 Hz. (k) A text-only page, with equivalent information or functionality, shall be provided to make a web site comply with the provisions of this part, when compliance cannot be accomplished in any other way. The content of the text-only page shall be updated whenever the primary page changes. (l) When pages utilize scripting languages to display content, or to create interface elements, the information provided by the script shall be identified with functional text that can be read by assistive technology. (m) When a web page requires that an applet, plug-in or other application be present on the client system to interpret page content, the page must provide a link to a plug-in or applet that complies with §1194.21(a) through (l). (n) When electronic forms are designed to be completed on-line, the form shall allow people using assistive technology to access the information, field elements, and functionality required for completion and submission of the form, including all directions and cues. (o) A method shall be provided that permits users to skip repetitive navigation links. (p) When a timed response is required, the user shall be alerted and given sufficient time to indicate more time is required. §1194.41 Information, documentation, and support (a) Product support documentation provided to end-users shall be made available in alternate formats upon request, at no additional charge. (b) End-users shall have access to a description of the accessibility and compatibility features of products in alternate formats or alternate methods upon request, at no additional charge. (c) Support services for products shall accommodate the communication needs of end-users with disabilities. The 508 technical standards are available at http://www.section508.gov/. CLAUSES AND ADMINISTRATIVE DATA: FAR CLAUSES: 52.211-6 Brand Name or Equal (AUG 1999) 52.212-1 -- Instructions to Offerors -- Commercial Items (FEB 2012) 52.212-4 -- Contract Terms and Conditions -- Commercial Items (FEB 2012) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (NOV 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: _X__ (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 (Jun 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). _X__ (6) 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the-shelf items). _X__ (7) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (section 740 of Division C of Public Law 111-117, section 743 of Division D of Public Law 111-8, and section 745 of Division D of Public Law 110-161). ___ (8) 52.219-3, Notice of Total HUBZone Set-Aside or Sole-Source Award (Jan 2011) (15 U.S.C. 657a). _X__ (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 Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-6. ___ (iii) Alternate II (Mar 2004) of 52.219-6. ___ (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. _X__ (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 (July 2010) of 52.219-9. ___ (15) 52.219-14, Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637(a)(14)). ___ (16) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (17) (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. ___ (18) 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). ___ (19) 52.219-26, Small Disadvantaged Business Participation Program-Incentive Subcontracting (Oct 2000) (Pub. L. 103-355, section 7102, and 10 U.S.C. 2323). ___ (20) 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (May 2004) (15 U.S.C. 657 f). _X__ (21) 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632(a)(2)). ___ (22) 52.219-29, Notice of Total Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Apr 2011). ___ (23) 52.219-30, Notice of Total Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Apr 2011). _X__ (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X__ (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X__ (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X__ (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X__ (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). _X__ (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X__ (30) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). ___ (31) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). _X__ (32) 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.) ___ (33) (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.) ___ (34) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (35) (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__ (36) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). ___ (37) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). _X__ (38) (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 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, 108-301, 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. ___ (39) 52.225-5, Trade Agreements (Aug 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). _X__ (40) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (41) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (42) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (43) 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)). ___ (44) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 255(f), 10 U.S.C. 2307(f)). _X__ (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). ___ (46) 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332). ___ (47) 52.232-36, Payment by Third Party (Feb 2010) (31 U.S.C. 3332). _X__ (48) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (49) (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: ___ (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.). _X__ (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 U.S.C. 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 (Sep 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) 52.213-2 Invoices (APR 1984) ADMINSTRATIVE DATA: 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; provide DUNS number; Cage Code and TIN. SUBMISSION OF QUESTIONS AND PROPOSALS: QUESTIONS: Offerors shall submit questions to the Contracting Officer, Linda Alexander-Giles via email at linda.alexander-giles@fda.hhs.gov. Please reference the specific area and location in the RFQ when asking the question. All questions must be submitted no later than 9:00AM, Eastern Standard Time (EST), Friday, December 28, 2012. RFP DUE DATE: Responses to this RFQ shall be submitted to Linda Alexander-Giles, via email to linda.alexander-giles@fda.hhs.gov only as a MS Word or Adobe PDF attachment no later than 9:00AM Eastern Standard Time (EST), Thursday, January 3, 2013. The contractor is requested to hold price quotations for a minimum of 45 days.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-2013-1113437/listing.html)
- Place of Performance
- Address: The US Food and Drug Administration, 10903 New Hamphire Avenue, White Oak Campus, Building 2, Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN02952056-W 20121221/121219234615-4e1240e0102ad349653cea5bb2eda5c1 (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 |