Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2012 FBO #3809
SOLICITATION NOTICE

S -- cable services

Notice Date
4/27/2012
 
Notice Type
Presolicitation
 
NAICS
517110 — Wired Telecommunications Carriers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
ej12-005804
 
Archive Date
5/26/2012
 
Point of Contact
Effie Jennings, Phone: 301-594-3945
 
E-Mail Address
effie_jennings@nih.gov
(effie_jennings@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures. This announcement constitutes the only solicitation. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58, April 2012. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 517110. This will be awarded as Firm-Fixed-Price. Summary and Overview Statement of Work (SOW) Provide Cables services throughout the Clinical Center Hospital The Office of Facility Management, Clinical Center (CC), National Institutes of Health (NIH), has a requirement to supply cable services to the Clinical Research Center (CRC) hospital. PERIOD OF PERFORMANCE: Base Performance Period: June 1, 2012 - May 31, 2013 CONTRACTOR ELIGIBILITY REQUIREMENTS: The contractor must be headquartered or have service locations within the Washington Metropolitan area. All work shall be done in accordance with NFPA, Center for Disease Control (CDC) and Joint Commission for Accredit Hospital Organization (JCAHO). • Must have an emergency contact system in place in the event of catastrophic or emergency situations. • Contractor must provide emergency service plan documenting what services will be available in the event of complete loss of system, catastrophic event or emergency situations. The award decision will be based on the BEST VALUE offered to the government and not solely on price. Evaluation of Quotations: a. The Government will issue an order from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability, past performance, and price EMERGENCY CALLS The contractor will provide emergency service 24/7. The contractor must be on site within four (4) hours after notification from OFM. EQUIPMENT REPAIR Equipment repair not listed above will need prior approval from OFM before the execution of any additional work. REPAIR PROCEDURES Report any required additional work to the listed project officer. Payment Schedule: This agreement will cover the units as detailed in attached correspondence. This contract is billable on a Quarterly basis. All requirements of this contract which includes reports must be completed as listed above before the quarterly payment is approved by OFM. The contract is billable at the end of each Quarter. Billing is a multi step process: 1) Please verify company is registered and up-to-date in the Central Contractor Registration (CCR), https://www.bpn.gov/CCR 2) Please verify DUNS (Dun & Bradstreet) number is on invoice, www.dnb.com 3) Please include purchase order number/contract number on invoice 4) Invoice number must be unique 5) Line Item Descriptions must equal line items on purchase request/contracts per verbatim 6) The contractor will submit a copy of the quarterly invoice to the Office of Facility Management in order to ensure that we have entered the receiving information which is required prior to initiation of any payment. All required reports listed above must be included with the invoice. The invoice should be mailed or emailed to: National Institutes of Health Clinical Center, Office of Facility Management Building 10 Room B1L410 10 Center Drive MSC 1352 Bethesda, Maryland 20892 Office phone 301/496-2862 This must be done to verify quantities/ work performed is correct so that official receiving can be entered into the accounting system so that the invoice may be processed. 7) After completing number one above send a separate invoices requesting payment to: National Institutes of Health Office of Financial Management Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, Md. 20892-8500 Phone number for payment inquiries 301-496-6088 Evaluation Criteria The following provisions and clauses apply: Provision 52.52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Items); Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically to this notice no later than 05/18/2012 Eastern Standard Time 5:00 p.m. Companies that sent in proposal may do so again. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before _06/01/2012. Requests for information concerning this requirement are to be addressed to Ms. Effie Jennings via email only to ejennings@cc.nih.gov prior to close date. Collect calls will not be accepted. No Phone Calls Please. able services for the Clinical Center
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/ej12-005804/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bldg. 10, Room B1L410, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02733219-W 20120429/120427235033-32ec37529ca82e2445eb4e0ec522ab6a (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.