SOLICITATION NOTICE
R -- Logistical Support Services - SOW
- Notice Date
- 6/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIHVH263-2010-9019
- Archive Date
- 7/23/2010
- Point of Contact
- Van V. Holley, Phone: 301-594-9439
- E-Mail Address
-
holleyv@od.nih.gov
(holleyv@od.nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Logistical Support Services This is a combined synopsis/solicitation for commerical items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcment constitutes the only solicitation and a written solicitation will be not issued. This solicitation is issued as a Request for Quotations (RFQ). This solicitation is unrestricted, the NAICS code for this action is 541611 and the business size standard is $7 million. The National Institutes of Health for the Office of the Director, Office of Intramural Training, Office of Intramural Training and Education intends to negotiate a firm fixed price purchase order for logistical support for programs and activities designed to enhance the training experience of trainees at the NIH. The Statement of Work is attached as a part of this announcement. Period of Performance shall be one year from date of contract award. Evaluation Factors Proposals received shall first be evaluated from a technical standpoint without regard to proposed cost. Those proposals considered technically acceptable shall then be evaluated from a financial and management standpoint. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall decision. All evaluation factors, other than cost/price, when considered, are significantly more important than cost or price. It is point out, however; should technical competence between offerors be considered approximately the same, the cost or price shoud become primary. Offerors are advised that award will be made to that offeror whose proposal provides the combination of features that offers the best or greatest overall value to the Goverhnement. The Government is more concerned with obtaining performance capability superiority rather than lowest overall cost. However, the Goverhment will not make an award at a significantly higher overall cost to the Government to achieve only slightly superior performance. Overall cost to the Governfment may become the ultimate determing factor for award of a contract as proposals become more equal based on the other factors. This evaluation shall be based upon the completeness and thoroughnes of the proposal submitted. The offeror should show that the objectives stated in the request for proposal are understood and offer a logical consistent program for their achievement. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the RFP. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the RFP. Offeror must submit information sufficient to evaluate their proposals based on the detailed criteria attached to this announcment. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The following FAR clauses shall apply to this solicitation: FAR Part 52.212-1 Instructions to Offerors-Commercial Items; 52.212-2 Evaluations Commercial Items; 52.212-3 Offerors Representations and Certifications; 52.212-4 Contract Terms and Conditions: and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In accordance with FAR 52.204-7 Central Contractor Registration; contractors are Required To Register in the Central Contractor Registration (CCR) database http://www.ccr.gov, prior to award of any contract. All responsible sources that can provide and meet the above requirment shall submit written quotations by 10:00 am EST, July 12, 2010, via email, mail or by faxe (301) 402-3407. All questions shall be submitted in writing by fax or email: holleyv@od.nih.gov by noon July 7, 2010. All sources must submit along with their written quotes a nine-digit numeric DUNS number is assigned by DUN & Bradstreet. To apply for a Duns number, please call 1-866-705-5711.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIHVH263-2010-9019/listing.html)
- Place of Performance
- Address: Claude Pepper Buiding, Bethesda Main Campus, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN02191244-W 20100701/100629234826-5a579fbffa7d12a04a92267cb4b49b89 (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 |