Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2008 FBO #2508
SOLICITATION NOTICE

36 -- Pharmaceutical Blister Packaging System

Notice Date
10/6/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333993 — Packaging Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
 
ZIP Code
21902
 
Solicitation Number
HHSP284-R-2009-01
 
Archive Date
11/7/2008
 
Point of Contact
Allison C. Lempka,, Phone: 410-642-6023, Timothy R. Bouchelle,, Phone: 410-642-6023
 
E-Mail Address
allison.lempka@psc.hhs.gov, Timothy.Bouchelle@psc.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 FAR 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. Solicitation HHSP284-R-2009-01 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-26. The North American Industry Classification Code (NAICS) is 333993 - Packaging Machinery Manufacturing. This acquisition is a Small Business Set-Aside and the small business size standard is 500 employees. A proposal is requested for the following item. Supply and install one new complete pharmaceutical blister packaging system for the HHS Supply Service Center, Perry Point, MD. Must be brand name or equal to the TF1 Blister Packaging Thermoformer System with the following minimum specifications: Thermoforming pre-heat station Forming station Servo controlled index station Perforation station Lid stock unwind station Die Punch Voltage: 220-240 VAC Amperage: 10 amp operating, 15 amp fusing Compressed air: 100 PSI Speed Max: 100 CPM Capability of being validated and tested Installation and training The provision 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies to this acquisition. Offers will be evaluated on the basis of technical capability to meet the Governments requirement and price. Offerors shall submit a fully executed copy of provision 52.212-3, Offeror Representations and Certifications Commercial Items (June 2008) with their offer. Please note: Any interested offeror who has not completed the annual representations and certifications electronically at the ORCA website are urged to do so at the following address: https://orca.bpn.gov/. The clauses 52-211-6, Brand Name or Equal; 52.212-4, Contract Terms and Conditions Commercial Items (Feb. 2007) and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (June 2008) apply to this acquisition as well as the following clauses sited therein: 52.219-6, Notice of Total Small Business Set-Aside (June 2003); 52.219-7, Notice of Partial Small Business Set-Aside (June 2003); 52.222-3, Convict Labor-Cooperation with Authorities and Remedies (Feb. 2008); 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities (Feb.1999); 52.222-26, Equal Opportunity (Mar. 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Aug. 2007) (applies to all contracts); 52.223-16, IEEE 1680 Standard for the Environmental Assessment of Personal Computer Products (Dec. 2007); 52.225-1, Buy American Act - Supplies (June 2003); 52.225-3, Buy American Act - Free Trade Agreements; 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct., 2003); 52.239-1, Privacy or Security Safeguards (Aug. 1996). All clauses and provisions referenced in this announcement can be found in full text form at www.arnet.gov/far. All prospective offerors interested in submitting proposals MUST be registered with the Central Contractor Registry (CCR), www.ccr.gov to be eligible for award. All proposals must meet all minimum specifications. It is incumbent upon all Offerors to provide proper documentation ensuring the equipment meets the minimum criteria. Award will be made to the vendor meeting the best value to the government including cost and technical factors. All transportation shipping costs are to be included in the proposal. All procurements are subject to the availability of FY09 funds. Offers must be received by Oct. 23, 2008, 3:00 p.m. EST at the HHS, Supply Service Center, ATTN: Allison Lempka, Bldg. # 14, Perry Point, MD 21902. Please note that late offers will be handled in accordance with the rules set forth in FAR Clause 52.212-1 (f) "Late Submissions, Modifications, and Withdrawals of Proposals". Faxed offers are acceptable, however it is the responsibility of the offeror to verify receipt of faxed documents. Offers may be faxed to: (410) 642-3566, ATTN: Allison Lempka. Offerors may also elect to transmit electronic copies to Allison.Lempka@psc.hhs.gov by the due date. Electronic copies must be in Adobe PDF format and it is the responsibility of the offeror to verify receipt of email copies. Full technical specifications and information may be obtained from Capt. William Koch, email: william.koch@psc.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8eea0ec6adb685f31e8d817d9270bd80&tab=core&_cview=1)
 
Place of Performance
Address: Supply Service Center, Bldg. # 14, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN01688589-W 20081008/081006215005-8eea0ec6adb685f31e8d817d9270bd80 (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.