Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 25, 2013 FBO #4292
MODIFICATION

S -- Labor Services to Support Warehouse and Logistics Operations - Amendment 2

Notice Date
8/23/2013
 
Notice Type
Modification/Amendment
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, 12501 Ardennes Avenue, Suite 400, Rockville, Maryland, 20857, United States
 
ZIP Code
20857
 
Solicitation Number
13-233-SOL-00640
 
Point of Contact
John McKeever, Phone: 3014437905
 
E-Mail Address
john.mckeever@psc.hhs.gov
(john.mckeever@psc.hhs.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Solicitation Amendment Please note that the proposal due date has been extended until August 27, 2013 (1pm EST). If you have already submitted a proposal please be aware that you are eligible to re-submit an updated proposal. It is not necessary to communicate that your previously submitted proposal will stand as-is. Clarification Point - Regarding Past Performance: Per FAR Part 15.304 (c)(3) iii, Past Performance is not included for this particular acquisition as a part of Section 10 - Evaluation Factors for Award. Past work experience will be evaluated in part 2 (Organizational Experience) of the Technical Evaluation demonstrating a contractor's commercial presence in the subject industry. The Past Performance information requested in Section 9.4 of the solicitation will be used to make the affirmative determine of a contractor's responsibility as required by FAR 9.1. The following general criteria as outlined in FAR 9.104-1 will be used: To be determined responsible, a prospective contractor must- (a) Have adequate financial resources to perform the contract, or the ability to obtain them (see 9.104-3(a)); (b) Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and governmental business commitments; (c) Have a satisfactory performance record (see 9.104-3(b) and Subpart 42.15). A prospective contractor shall not be determined responsible or nonresponsible solely on the basis of a lack of relevant performance history, except as provided in 9.104-2; (d) Have a satisfactory record of integrity and business ethics (for example, see Subpart 42.15). (e) Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as production control procedures, property control systems, quality assurance measures, and safety programs applicable to materials to be produced or services to be performed by the prospective contractor and subcontractors). (See 9.104-3(a).) (f) Have the necessary production, construction, and technical equipment and facilities, or the ability to obtain them (see 9.104-3(a)); and (g) Be otherwise qualified and eligible to receive an award under applicable laws and regulations (see also inverted domestic corporation prohibition at 9.108). The solicitation is hereby amended to clarify Section 10 Evaluation Factors For Award 10.2 as identified in the attachment. The contractor is required to sign and return the attached Standard Form 30 acknowledging the changes (via email); however, you not required to resubmit a proposal with the Standard Form 30 if do not have any changes to your original document. The Government apologizes for the confusion and inconvenience.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/13-233-SOL-00640/listing.html)
 
Place of Performance
Address: Washington, DC metropolitan area., Gaithersburg, Maryland, 20877, United States
Zip Code: 20877
 
Record
SN03160248-W 20130825/130823235432-15efd944edbf643050c4dcef7f774084 (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.