Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 03, 2011 FBO #3508
MODIFICATION

B -- Amendment #2 to Original Evaluation Tool Kit for Nutrition, Physical Activity, and Obesity RFQ 2011-Q-13507 - Amendment 1

Notice Date
7/1/2011
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2011-Q-13507
 
Archive Date
8/2/2011
 
Point of Contact
Maria D Nichols, Phone: 770-488-2627
 
E-Mail Address
mkn2@cdc.gov
(mkn2@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Amended Request for Quote RFQ 2011-Q-13507 This is a combined synopsis/solicitation for commercial services prepared in accordance with the procedures in FAR Part 12.203 and FAR Part 13.105(b) as applicable, and as supplemented with additional information included in this notice. The Solicitation Number #2011-Q-13507 is being issued as a Request for Quote (RFQ.) All responsible sources may submit a quotation which shall be considered by the agency Offerors will be expected to download all documents concerning this requirement, as no hard copies will be mailed. Telephone request for the solicitation will not be honored and no offeror's list will be maintained. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-40. This acquisition is 100 percent Set Aside for Small Businesses. The North American Industry Classification (NAICS) Code for this purchase is 541690, and the Small Business Size Standard is $7.0M (US) Information concerning the requirement is included in the Statement of Work. The Period of Performance will begin one year from the date of award and acceptance by the awardee. Expected Award Date is July 18, 2011. The Government intends to evaluate offers and award a contract without discussions with Offerors providing the requested services. Therefore, the initial offer should contain the offeror's best terms from a technical and price standpoint. Interested vendors capable of furnishing the government with the requested service included in the attachment to this synopsis, should submit a quotation to the email address listed below. The quotation shall include the contractor's Taxpayer Identification Number (TIN), Dun & Bradstreet Number (DUNs), and a complete description of the services quoted. The contractor must be registered in the Central Contractor's Registration Database to be eligible for award of a contract. If not registered, the contractor can access the website at www.ccr.gov, and register. The following provisions apply to this acquisition; 52.212 1 Instructions to Offerors Commercials Items (JUNE 2008) applies to this acquisition; 52.212 2, Evaluation Commercial Items (JAN 1999); the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed system to meet the requirements stated herein, and (2) price. The clause 52.212 4, Contract Terms & Conditions Commercial Items (JUNE 2010) applies to this acquisition. The following FAR Clauses are hereby added: The clause at 52.212 5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (APR 2011) applies to this acquisition. The following clauses listed in paragraph (b) of 52.212 5 (APR 2011) apply to this acquisition: (1), (3), (5), (7), (9), (11), (12), (14), (15), (17), (18), (20) and (24). OFFERORS SHALL INCLUDE A COMPLETED COPY OF THE PROVISION AT 52.212 3, OFFERORS REPRESENTATIONS AND CERTIFICATIONS COMMERCIAL ITEMS (APR 2011), An offeror shall complete only paragraph (b) of 52.212-3 provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of 52.212-3 provision. Technical questions will be accepted if received no later than 5:00 p.m., July 8, 2011. Questions received will be posted by 5:00 p.m., July 10, 2011. Quotations are due by 5:00 p.m., EST, Monday, July 18, 2011. All responsible sources may submit a quotation. Quotations will only be accepted electronically by Email and submitted to the attention of Maria Nichols, at mkn2@cdc.gov All submissions must reference Request for Quote #2011-Q-13507. A Firm Fixed Price (FFP) contract will be awarded. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-06-29 14:24:03">Jun 29, 2011 2:24 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-07-01 15:26:48">Jul 01, 2011 3:26 pm Track Changes *********AN AMENDMENT TO THE SOLICITATION IS FORTHCOMING. THE QUOTE DUE DATE WILL BE ANNOUNCED IN THE AMENDMENT. PLEASE CHECK THIS SITE PERIODICALLY FOR THE AMENDMENT.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2011-Q-13507/listing.html)
 
Place of Performance
Address: Performance shall be at contractor's facility unless otherwise noted in the Statement of Work (SOW), Atlanta, Georgia, 30341, United States
Zip Code: 30341
 
Record
SN02488202-W 20110703/110701234447-2b13c70d3cddd3bfb86da462ba085ffe (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.