Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2008 FBO #2362
SOLICITATION NOTICE

99 -- Leadscope Enterprise and FDA TOX Database (CE#14)

Notice Date
5/13/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Environmental Protection Agency, Office of Acquisition Management, EPA/Ohio, 26 West Martin Luther King Drive, Cincinnati, Ohio, 45268
 
ZIP Code
45268
 
Solicitation Number
RFQ-OH-08-00073
 
Point of Contact
Michael Kreacic,, Phone: 513-487-2104, Sandra Savage,, Phone: (513) 487-2046
 
E-Mail Address
kreacic.michael@epa.gov, savage.sandra@epa.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Environmental Protection Agency (EPA), Office of Research and Development, National Center for Computational Toxicology, located in RTP, North Carolina has a requirement for: One (1), Three (3) Year License for Leadscope Enterprise for 5 concurrent Users; and One (1) 3 Year License fee for FDA Level 1 (Informational) Toxicity databases (CDER Genetox, CFSAN Genetox, CDER Chronic, CFSAN Chronic, CFSAN Repro-Developmental, CDER Repro-Developmental, CFSAN Acute). This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Refer to RFQ-OH-08-00073 when responding to this request. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-18. This acquisition is set-a-side for small business. The NAICS code is 511210 (2002), the size standard is 23 Million Dollars. All supplies shall be provided to the U.S. EPA, 86 T. W. Alexander Drive, Durham, NC 27713 after receipt of award. F.O.B. point shall be destination. Price quotes shall include any setup charges. The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this to this acquisition. The provision at FAR 52.212-2, Evaluation-Commercial Items is applicable and the specific evaluation criteria are as follows: (1) Technical acceptability of the item offered to meet the Government's requirement and (2) Price. Technical acceptability shall be evaluated on a pass or fail basis. Offers shall provide descriptive technical literature in sufficient detail to demonstrate that the items offered meet the minimum requirements specified above. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. This clause may be found on the Internet at the following site: http://www.arnet.gov/far/. Clause FAR 52.212-4, Contract terms and Conditions-Commercial Items, applies to this acquisition. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Under FAR 52.212-5 paragraph (b), the following additional clauses apply to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside, FAR 52.222-3 Convict Labor, FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies, FAR 52.222-21, Prohibition of Segregated Facilities, FAR 52.222-26 Equal Opportunity, FAR 52.222-35, Equal Opportunity for Special Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans, FAR 52.222-36 Affirmative Action for Workers with Disabilities, FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans; FAR 52.225-13, Restrictions on Certain Foreign Purchases, FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration, EPAAR 1552.211-79 Compliance With EPA Policies For Information Resources Management (I,II & III)(OCT 2000), 1552.232-74 PAYMENTS – SIMPLIFIED ACQUISITION PROCEDURES FINANCING (These documents can be found at: http:www.epa.gov/docs/etsdop/). Offerors shall submit 1 copy of their offer, referencing RFQ-OH-08-00073, no later than TUESDAY, MAY 28, 2008 at 3:00 PM EST to Michael Kreacic as follows: via email at kreacic.michael@epa.gov or via fax at 513-487-2107. Quotations may be sent via regular mail to: U.S. EPA, ATTN: Michael Kreacic, Mail Code: NWD-CPOD, 26 West Martin Luther King Drive, Cincinnati, OH 45268, or via Express Mail/Hand Carry to: U.S. EPA, 4411 Montgomery Road, Suite 300, Norwood, OH 45212. Questions may be submitted in writing to Michael Kreacic at FAX number 513-487-2107 or via e-mail at kreacic.michael@epa.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9c9ec2a81bfc02ab41a9c635c3e0b0ba&tab=core&_cview=1)
 
Place of Performance
Address: 86 T.W. Alexander Drive, Durham, NC 27713, Durham, North Carolina, 27713, United States
Zip Code: 27713
 
Record
SN01571775-W 20080515/080513220145-9c9ec2a81bfc02ab41a9c635c3e0b0ba (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.