Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
MODIFICATION

65 -- CDC Personal Protective Equipment - 2015-N-17200

Notice Date
7/6/2015
 
Notice Type
Modification/Amendment
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
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
2015-N-17200
 
Archive Date
8/1/2015
 
Point of Contact
David M. Kelley, Phone: 7704882662
 
E-Mail Address
vrb7@cdc.gov
(vrb7@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Extended Proposal due date to 7/17/15 at 2:00 PM EDT This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The solicitation number is 2015-N-17200 and is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-82. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 with a small business size standard of 500 employees. THIS IS A FULL AND OPEN COMPETITION. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award. This combined synopsis solicitation notice is a request for competitive proposals. This requirement is for personal protective equipment and supplies and may result in the award of one or more Firm Fixed Price contracts. The term of the resulting contract(s) shall be one (1) year from the effective date of the contract. A Government review of performance will be performed annually through CPARS. CPARS is the Contractor Performance Assessment Reporting System that reports to the Past Performance Information Retrieval System (PPIRS) which provides timely and relevant information on Contractor performance for use in source selection. The anticipated Period of Performance for this requirement is August 1, 2015 thru July 31, 2016. Attachment A - RFP 2015-N-17200 attached to this notice is a listing of the supplies required with description. Offerors are not required to propose on all line items in order to be considered for award; however the Government will consider additional administrative costs in its price evaluation. The part numbers, where identified, are provided for specification purposes and responses may be either for the specified product or equal item. You may respond by either using the attachment or submitting your own list of products proposed. *NOTE: IF NO TAA COMPLIANT PRODUCT IS PROPOSED OR TECHNICALLY ACCEPTABLE, WE WILL AWARD TO THE LOWEST PRICE TECHNICALLY ACCEPTABLE NON-TAA COMPLIANT PRODUCT. For purposes of proposing shipping prices, the Offeror shall use a uniform cost assumption of shipping from its manufacturing facility to a destination approximately 1200 miles away (United States' State or Territory within the OCONUS/CONUS). The shipping costs shall be included in the unit cost of each line item proposed. Shipping will be to a major city in one of the following States/Territories: California, Georgia, Guam, Utah, Mississippi, Hawaii, Kentucky, Maryland, Indiana, and Texas. The exact locations cannot be given until a contract is in place and a NDA is signed. In order to be considered for award, the offeror shall be at least one of the following: 1) the manufacturer of the products, 2) an authorized distributor of the manufactured products or 3) an authorized reseller of the manufactured product. Vendors may propose on any items which they are authorized to sell. Multiple awards are anticipated and will be made if in the Government's best interest after consideration of the additional administrative costs. In your response, shipping costs should be included with the UoM price. Also see E.1.2, below. All questions/inquiries must be submitted to the contracting officer via electronic mail (e-mail) not later than 11:00 AM EST on July 8 2015. Inquiries submitted via telephone will be re-directed to an e-mail submission. Submit offers and/or any questions to the attention of David Kelley at VRB7@cdc.gov. Questions will be answered with responses posted to FBO. Proposals are due on July 17, 2015 2:00 PM EST. Offerors who fail to complete and submit the requirements of this combined synopsis/solicitation may be considered non-responsive. Proposals received prior to the RFP closing date will be considered by the CDC. Late proposals will not be accepted. *Incorrect dates on original posting* *Updated Proposal Due Date
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2015-N-17200/listing.html)
 
Place of Performance
Address: Product Deliveries- N/A, United States
 
Record
SN03786108-W 20150708/150706234408-4775d81497ddc39d086c8fa5c1c25f18 (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.