Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 16, 2019 FBO #6383
SOLICITATION NOTICE

D -- media and social media services

Notice Date
5/14/2019
 
Notice Type
Combine Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
6011 Executive Blvd 5th Floor Rockville MD 20852-3804
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OLAO-OD3-RFQ052019000
 
Response Due
5/22/2019
 
Point of Contact
Anita Edwards, Purchasing Agent, Phone (301)496-6605, Fax (301)480-1137
 
E-Mail Address
edward1a@od.nih.gov
 
Small Business Set-Aside
N/A
 
Description
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-RFQ052019000 and this is an RFQ. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101. (iv) This acquisition is not a total small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 518210, and the small-business size standard is $32.5 million. (v) This is a fixed-price requirement. Offeror should be aware that the Government shall perform a best value analysis using the trade-off process. The selection for award shall be made to the Offeror whose proposal is most advantageous to the Government, taking into consideration the technical factors listed in the attachment and the total proposed price across all contract periods. (vi) The SOW and Evaluation Criteria can be found in the attached document titled "SOW". (vii) The period of performance shall include a 12-month Base Period, plus 2 (two) Option Year Periods. The following clauses apply to this acquisition: (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision at 52.212-2, Evaluation-Commercial Items, is applicable. The specific evaluation criteria in paragraph (a) is included within the attachment entitled "SOW". (x) 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. (xi) 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 "Provisions for Commercial Items". (xii) 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 "Provisions for Commercial Items". (xiii) 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 "Provisions for Commercial Items". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. (xiv) 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. (xv) Place of Performance Address: National Institutes of Health, Bethesda MD Postal Code: 20892 (xvi) Offers must be submitted no later than 4:00 P.M. Eastern Daylight Time on Wednesday, February 22, 2019. For delivery of responses through the Postal Service, the address is NIH/OD, 6011 Executive Blvd, Suite 529K, Rockville, Maryland 20852. E-mail submissions to anita.edwards@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 anita.edwards@nih.gov no later than February 16, 2019. Please allow 24 to 36 hours to respond. (xvii) Point of Contact Anita Edwards, Contracting Officer, Phone 301-496-6605. Email anita.edwards@nih.gov. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-MAY-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD3-RFQ052019000 /listing.html)
 
Place of Performance
Address: Main Campus Bethesda, MD
Zip Code: 20892
Country: US
 
Record
SN05311156-F 20190516/190514230049 (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.