Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2006 FBO #1795
SOLICITATION NOTICE

M -- Technical Expertise for Operation and Maintenance of Laboratories at FDA Dauphin Island, AL.

Notice Date
10/24/2006
 
Notice Type
Solicitation Notice
 
NAICS
561210 — Facilities Support 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, MD, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-07-00124
 
Response Due
11/8/2006
 
Archive Date
11/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A NOTICE OF INTENT TO AWARD A SOLE SOURCE ACTION FOR COMMERCIAL CONTRACT FOR TECHNICAL EXTERTISE, AT FDA, DAUPHIN ISLAND, AL. This is a notice of the Government's intent to award a sole source contract. Under the authority of FAR 6.32, the Government intends to award a sole source contract to Clinton Collier, which has been the prime contractor to oversee the technical expertise for the Dauphin Island?s Laboratories facilities. This is a Firm Fixed Price contract with base year and 4 one-year options. Period of Performance shall not extend beyond 5 years from the date of award. If, any Small Business believes they are capable of performing the work, they may submit a proposal for consideration in accordance with commercial contract procedures. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This acquisition is issued as a Request for quote (RFQ). (ii) The solicitation number is FDA-SOL-07-00124 . (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-13. (iv) The associated North American Industry Classification System (NAICS) Code is 561210, Size $30M. (v) The requirement is a 100% small business set aside. (vi) Contractor shall direct all building operations for the renovation of the main laboratory building and ensure that all Federal guidelines are followed: Contractor shall monitor and inspect the work of many contractors and trades people accomplishing this work; Contractor shall have the specialized experience in managing the use and upkeep of facilities, monitoring maintenance staff, assist negotiating and monitoring building repairs and service contracts; monitoring the work in progress for conformance with construction plans, and inspection of completed projects for acceptability; Contractor shall assure that the final plans meet generally accepted standards.; Contractor shall establish an appropriate course of action to accomplish specific goals and objectives; Contractor shall help coordinate the work without interruption to the scientific staff, and shall assure that all relevant safety procedures are utilized; Contractor shall operate all government owned vehicles including GSA vehicles, watercraft and forklifts; The contractor shall 1) be available for immediate call-in response within 30 minutes, or be within a 50 mile radius; 2) be able to operate and maintain the facility infrastructure without attendance of other team members (i.e., there is no OJT period available); and 3) have the specialized expertise to interact with scientists and to fabricate, modify and maintain high-tech scientific instruments. The above performance of the services shall be accomplished at the Food and Drug Administration, Gulf Coast Seafood Laboratory, 1 Iberville Dr. Dauphin Island, Alabama 36528. Instructions to Offerors - Commercial Items applies to this solicitation. The following agenda has been attached to this provision: None. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical, past performance and price. Technical and past performance are of equal importance and when combined are significantly more important than price. The technical evaluation will be a determination as to whether the proposed product meets the technical specifications based on information furnished by the vendor. Past performance will be evaluated based on information provided by the offeror as to propose services with other government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting time schedules and service/maintenance reputation. Offerors must include records of recent three similar projects and identify a point of contact for each by providing a name and telephone number. The government shall consider only the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. (x) Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items. (xi) The clause at FAR 52.212-4 applies to this acquisition. The following agenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5 applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, FAR 52.225-3, FAR 52.225-15, FAR 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. (xiii) A standard commercial warranty on parts and workmanship is required. Clauses and provisions can be obtained at http://www.arnet.gov. (xiv) Offers are due either in person or by fax on November 8, 2006, by 1400 hours eastern time, at Food and Drug Administration 5630 Fishers Lane Rockville, MD 20857. (xv) For information regarding this solicitation, please contact Anne Oliver at (301) 827-7045, FAX (301) 827-7106 or email anne.oliver@fda.hhs.gov
 
Place of Performance
Address: Food and Drug Administration, Gulf Coast Seafood Laboratory, 1 Iberville Dr. Dauphin Island, Alabama 36528.
Zip Code: 36528-4349
Country: UNITED STATES
 
Record
SN01169801-W 20061026/061024220102 (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.