Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2010 FBO #3206
SOLICITATION NOTICE

39 -- Modular Roll Back Pallet Rack System - Specifications & Requirements

Notice Date
9/2/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
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
10-284-SOL-00014
 
Archive Date
9/25/2010
 
Point of Contact
Allison C. Lempka, Phone: 410-642-6023, Leslie M. Lucas, Phone: 4106420701
 
E-Mail Address
allison.lempka@psc.hhs.gov, leslie.lucas@psc.hhs.gov
(allison.lempka@psc.hhs.gov, leslie.lucas@psc.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications & Requirements 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 10-284-SOL-00014 is issued as a Request for Proposal (RFP). This solicitation incorporates provisions and clauses for commercial items in effect through Federal Acquisition Circular 2005-44. The North American Industry Classification Code (NAICS) is 423840 - Industrial Supplies Merchant Wholesalers. This acquisition is a Small Business Set-Aside, and the small business size standard is 100 employees. A proposal is requested for the following item: Speedrack Modular Rollback Pallet Rack System. Must be brand name or equal to the Speedrack Modular Rollback Pallet Rack System. Installation shall be in Bldg. # 5 - Warehouse, Perry Point, MD. See attached specifications, drawings and required quantities. 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 (Aug 2009) 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 (Aug. 1999); 52.212-4, Contract Terms and Conditions Commercial Items (June 2010) and 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (July 2010) 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); 52.222-19, Child Labor (June 2010); 52.222-21, Prohibition of Segregated Facilities (Feb.1999); 52.222-26, Equal Opportunity (March 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998); 52.222-50, Combating Trafficking in Persons (Feb 2009) (applies to all contracts); 52.225-1, Buy American Act - Supplies (Feb 2009); 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 format 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. Technical specification questions and information may be addressed to Mark.Burchess@psc.hhs.gov. Offers must be received by Sept. 10, 2010, 10:00 a.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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/10-284-SOL-00014/listing.html)
 
Place of Performance
Address: Bldg. # 14, Perry Point, Maryland, 21902, United States
Zip Code: 21902
 
Record
SN02266640-W 20100904/100903000523-0275e70b41281cbdbda8e98402837727 (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.