Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2015 FBO #5001
MODIFICATION

54 -- Metal Shelving for Library with Removal and Reshelving - Question & Answer

Notice Date
8/1/2015
 
Notice Type
Modification/Amendment
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
 
ZIP Code
20814-4799
 
Solicitation Number
HU000115Q0467
 
Archive Date
9/30/2015
 
Point of Contact
Melissa T. Beale,
 
E-Mail Address
Melissa.Beale@usuhs.edu
(Melissa.Beale@usuhs.edu)
 
Small Business Set-Aside
Total Small Business
 
Description
Revised shelving specifications Questions and answers from the site visit Amendment No. 1 : The purpose of this amendment is to provide the notes from the site visit which took place on Thursday, 23 July 2015. See new attachment. Amendment No. 2 : The purpose of this amendment is to provide questions and answers resulting from the site visit and also provide revised shelving specifications. -- The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for double-faced metal shelving units to replace the wooden shelving units in the Learning Resource Center (LRC), meeting the specifications listed in the attached document. Removal of existing wooden shelves and installation of metal shelving is also required. Publications housed on the existing wooden shelves will either need to be removed and re-shelved or removed and discarded. This is a combined synopsis/solicitation for commercial items 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; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures, to include FAR Subpart 13.5, Test Program for Certain Commercial Items, in accordance with the class deviation titled "Permanent Authority for Use of Simplified Acquisition Procedures for Certain Commercial Items" (DARS Tracking Number 2015-O0004).This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-83/07-02-2015 and Defense Federal Acquisition Regulation Supplement (DFARS) Publication Notice (DPN) 20150626 (effective 26 June 2015). This requirement is set-aside for small business concerns under NAICS code 337215 (Showcase, Partition, Shelving, and Locker Manufacturing), with a size standard of 500 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications. One (1) site visit will be held for this requirement; see the attached instructions regarding the site visit. Evaluation Factors (listed in order of importance) : 1. Technical Approach - Offerors are required to submit their technical approach to meeting the requirements outlined in the statement of work. Offerors must display a clear understanding of the requirements. Quotes submitted by offerors who fail to demonstrate a clear understanding of the requirement may not be considered further. Quotes submitted by offerors that include the following statement, or similar, without any supporting information, may be determined to not have a clear understanding of the requirement and may not be considered: " The offeror understands the requirements and the submitted quote has met all stated objectives." Offerors must provide product literature for the shelving units being quoted and indicate where in the product literature the desired specifications are being met. With respect to the removal of books, quotes must address how LRC's materials will be protected from loss, damage, theft, or vandalism. Quotes must also include information about the contractor's staff that will organize and execute all the moves of collection materials, to include the name and resume of the proposed Project Manager. Maximum Number of Pages: 3 Pages 2. Corporate Experience - Offerors are required to provide a narrative of their corporate experience in handling book removal, re-shelving, and disposal as well as providing shelving units. Experience with Government and/or medical school libraries may be considered more desirable by the Government. Maximum Number of Pages: 2 Pages 3. Past Performance - The Government shall evaluate the offeror's present and past performance on similar tasks within the past three (3) years. Offerors must provide two (2) customer references for similar work performed. The Government reserves the right to select which reference(s) to contact. The following must be provided for each listed reference: a.Name of client and address b.Name of current point of contact including telephone number, e-mail address and title c.Contract number d.Contract value e.Contract period of performance f.A clear description of the supplies/services provided USU may request additional information at any time. Offerors will have an opportunity to address any adverse past performance history. Offerors who do not have any past performance history will not be rated favorably or unfavorably, but will instead receive a Neutral/Unknown rating for past performance. Offerors must clearly state in their quote if they do not have at least two (2) past performance references. Failure to provide this information may render an offeror's quote non-responsive and may not be considered for award. A strong history of relevant past performance may be more advantageous to the Government than a less relevant record of favorable performance. The Government reserves the right to use data provided by the offeror and data provided by alternative sources in conducting its assessment of past performance history. For the proposed Project Manager, offerors shall provide a list library of moves that the person has been recently involved in. Maximum Number of Pages: 2 Pages 4. Price - Offerors must include all applicable costs (Example: Labor, disposal of books, removal and re-shelving of collections, etc.) in their quote. The total quoted price for all applicable costs will be the evaluated price. No Page Limitation For price analysis purposes, offerors must provide a price breakout of the applicable costs (labor, disposal of books, removal and re-shelving of collections, etc.). The resultant award will be a firm fixed price (FFP) order. The Government reserves the right to award without discussions. Offerors must also submit the following with their quote: •Completed copy of DFARS Provision 252.209-7992 •Completed copy of DFARS Provision 252.225-7020 •Completed copy of FAR Provision 52.222-52 •Estimated delivery lead-time See attached list for applicable provisions and clauses for this requirement. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines : Questions/clarifications regarding this solicitation must be submitted via email to melissa.beale@usuhs.edu by July 24th. Any question received after July 24th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around July 31st. Quote packages are due by 10:00 PM Eastern Local Time on 14 August 2015. Quotes must be submitted via email to melissa.beale@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: •Company Name •Point of Contact, to include email and phone number •DUNS Number •Statement that includes acknowledgement of latest amendment number
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/a3f448630c2c2b35b48c1e75bd0755ff)
 
Place of Performance
Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN03820096-W 20150803/150801233021-a3f448630c2c2b35b48c1e75bd0755ff (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.