Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 20, 2017 FBO #5657
SOLICITATION NOTICE

S -- Dry Cleaning Services - SOW - Additional Provisions - Section B - Evaluation Criteria

Notice Date
5/18/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812320 — Drycleaning and Laundry Services (except Coin-Operated)
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OLAO-OD3-RFP4555077
 
Archive Date
6/16/2017
 
Point of Contact
Anne Mineweaser, Phone: 301-827-7683
 
E-Mail Address
anne.mineweaser@nih.gov
(anne.mineweaser@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
eval factors requirements contract clauses statement of work In accordance with the terms of FAR 12.603: (i) 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. (ii) The solicitation number for this requirement is NIH-OLAO-OD3-RFP4555077 and this is a Request for Proposal. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv) This acquisition is a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 812320, and the small-business size standards is $5.5 million. (v) The contract line items can be found below or in the attached documentation titled "Section B - Dry Cleaning". (vi) The statement of work is in the attachment entitled "Dry Cleaning SOW". The following clauses apply to this acquisition: (vii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (viii) The provision at 52.212-2, Evaluation-Commercial Items, is applicable. The specific evaluation criteria is included within the attachment entitled "EVALUATION CRITERIA-Dry Cleaning". (ix) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. (x) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause, as well as any addenda to the clause, are included in the attachment entitled "Additional Provisions - Dry Cleaning Contract". (xi) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled "Additional Provisions - Dry Cleaning Contract". (xii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled "Additional Provisions - Dry Cleaning Contract". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. (xiii) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. (xiv) Place of Delivery Address: National Institutes of Health, 9000 Rockville Pike, Bldg. 31, Bethesda MD Postal Code: 20892 (xv) Offers must be submitted no later than 12:00 P.M. Eastern Daylight Time on Thursday, June 1, 2017. For delivery of responses through the Postal Service, the address is NIH/OD, Anne Mineweaser, 6011 Executive Blvd, Suite 541A, Rockville, Maryland 20852. E-mail submissions to anne.mineweaser@nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to anne.mineweaser@nih.gov no later than May 25, 2017. (xvi) Point of Contact Anne Mineweaser, Contract Specialist, Phone 301-827-7683. Email anne.mineweaser@nih.gov. Alternate: Brendan Miller, Contracting Officer, Phone 301-594-0957, Brendan.Miller2@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD3-RFP4555077/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bldg. 31, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04514544-W 20170520/170519000500-9c5b54373b0c7ed6e9690050da2021d8 (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  © 1994-2020, Loren Data Corp.