SOLICITATION NOTICE
R -- Technical Assistance for Office of Financial Policy and Control (OFPC) - Package #1
- Notice Date
- 6/29/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541611
— Administrative Management and General Management Consulting Services
- Contracting Office
- Department of Health and Human Services, Health Resources and Services Administration, Office of Acquisitions Management and Policy, 5600 Fisher Ln., Room 13A-19, Rockville, Maryland, 20857, United States
- ZIP Code
- 20857
- Solicitation Number
- 11-250-SOL-00144
- Archive Date
- 7/30/2011
- Point of Contact
- Kwasi Antwi,
- E-Mail Address
-
kantwi@hrsa.gov
(kantwi@hrsa.gov)
- Small Business Set-Aside
- N/A
- Description
- 11-250-SOL-00144 Statement of Work (SOW) for IRMS Advisory Services THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 - STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. SIMPLIFIED ACQUISITION PROCEDURES ARE UTILIZED IN THIS PROCUREMENT. THIS ANNOUNCEMENT AND THE ATTACHED STATEMENT OF WORK (SOW) AND REQUEST FOR QUOTATION (11-250-SOL-00144) CONSTITUTE THE ONLY SOLICITATION DOCUMENT. PRICE QUOTATIONS ARE BEING REQUESTED. The solicitation number is 11-250-SOL-00144. This solicitation is issued as a request for quotation (RFQ).The solicitation document and incorporated provisions are those in effect through the Federal Acquisition Circular. The North American Industrial Classification System (NAICS) code for this procurement is 541611. This acquisition is a 100% total small business set-aside. DESCRIPTION OF REQUIREMENT: The purpose of this procurement is to acquire the services of a contractor to provide technical assistance to the Office of Financial Policy and Control (OFPC), Health Resources and Services Administration (HRSA) as related to the Integrated Resource Management System (IRMS) Operations and Maintenance (O&M) program. PLEASE SEE THE ATTACHED STATEMENT OF WORK FOR A COMPLETE DESCRIPTION OF THE TASKS/DELIVERABLES REQUIRED FOR THIS PROJECT. The period of performance shall be four (4) months from the effective date of contract. AWARD CRITERIA The Government intends to award a firm fixed price purchase order resulting from this solicitation to the responsible Offeror whose price quote provides the best value to the Government. The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications - Commercial Items. Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. The following clauses apply to this acquisition: 52.204-7 Central Contractor's Registration (CCR) Database; 52.204-9 Personal Identity Verification of Contractor Personnel; 52.217-8 Option to Extend Services; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items including subparagraphs: 52.222-3, Convict Labor; 52.222-19 Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Offerors shall submit their quote in accordance with FAR 52.212-1(b). EACH SUBMITTED QUOTE SHALL ADDRESS ITEMS (1) THROUGH (11) OF FAR 52.212-1(b) as follows: As a minimum, offers must show- (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the Offeror; (4) A technical description of the services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments. (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items, Contract dollar amount, and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. The terms and conditions of the resultant purchase order will include FAR clause 52.212-4 and FAR clause 52.212-5. All questions regarding this request for quote shall be submitted in writing via e-mail to the Contract Specialist, Kwasi Antwi, at kantwi@hrsa.gov no later than July 6, 2011 at 12:00 pm EST. The due date and time for quotations is July 15, 2011 at 12:00 pm EST. Offerors shall complete and email the attached Request for Quotation (RFQ) pdf. document (11-250-SOL-00144) with discounted price quote to kantwi@hrsa.gov so that it is received by the response date. Award shall be made to the responsible contractor that offers the best value to the Government. The Government shall not be liable for any costs incurred in response to this request. The Government reserves the right to make a single award, multiple awards, or no award as a result of this RFQ. FAXED QUOTES WILL NOT BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f244fbef5a4f3d33a37ab4f50b46164f)
- Record
- SN02485243-W 20110701/110629234622-f244fbef5a4f3d33a37ab4f50b46164f (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 |