Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOURCES SOUGHT

Q -- Commercial Newsletter for Employee Assistance Program and Clinical Services Product Line

Notice Date
1/17/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101 5600 Fishers Lane, Rockville, MD, 20857
 
ZIP Code
20857
 
Solicitation Number
02DEAP000006
 
Response Due
2/4/2002
 
Archive Date
2/19/2002
 
Point of Contact
Naomi Haney-Ceresa, Contract Specialist, Phone 301-443-2731, Fax 301-443-2761,
 
E-Mail Address
nhaney-ceresa@psc.gov
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for commercial items in accordance with the format in Federal Acquisition Regulation (FAR) 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. Solicitation Number 02DEAP000006 is issued as a Request for Quotation (RFQ), under simplified acquisition procedures, test program, unrestricted. All responsible sources may submit a proposal. All timely proposals will be considered by the Government. The NAICS code is 514199 and the small business size standard is $18.0 million. The Government intends to award a single contract to the responsible offeror whose total offer for all line items is evaluated and determined to be the best value for the Government giving consideration to technical merit, price and other factors. The solicitation document and incorporated provisions and clauses are those that are in effect through Federal Acquisition Circular 97-27. DESCRIPTION: The purpose of this requirement is to obtain the services of a contractor to provide a quarterly newsletter for its Employee Assistance Program (EAP) and Clinical Services Product Line. The newsletter, provided in both print and electronic format, shall include timely and scientifically sound behavioral health information. A complete description of the requirements for this acquisition is available on Fed Biz Opps as an attachment identified as Solicitation Number 02DEAP000006. Proposals will be evaluated based on the factors as listed below for a base year and four option years. The place of delivery shall be Federal Occupational Health (FOH) customer agency sites located throughout the United States including the Pacific Islands, Puerto Rico and the Virgin Islands, and other international locations. Offerors shall complete the pricing schedule included in Solicitation Number 02DEAP000006 and include it with their proposal. Offerors must review and comply with the FAR provisions or clauses which apply to this solicitation. This information is available on the Internet at http://www.arnet.gov/far. The following clauses or provisions are specifically referenced and are required in the response to this solicitation: FAR 52.212-1 Instructions to Offerors-Commercial Items and FAR 52.212-2 Evaluation-Commercial Items-Evaluation factors include (a) technical quality of the newsletter including scientifically based behavioral health information; the aesthetic quality of the newsletter; the offeror's ability to produce and ship materials in accordance with the contract requirements; (b) past performance, and (c) price. Technical and past performance, when combined, shall be more important than price. Proposals submitted in response to this combined synopsis/solicitation, shall include (a) hard copies of newsletters; (b) a narrative explaining how the offeror will meet the requirements of the statement of work; (c) past performance information consisting of the point of contact, telephone number, fax number for the offeror's last three contracts which are similar to the services of this requirement; (d) a copy of the offeror?s most recent commercial price list; and (e) a completed copy of the provision FAR 52.212-3 Offeror Representations and Certifications-Commercial Items. The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions-Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders?Commercial Items, with the following paragraph (b) clauses indicated by number (1); (12); (13); (14); (15); and (24). The deadline for questions concerning this combined synopsis/solicitation is January 24, 2002 at 2 p.m. Eastern Standard Time (EST). Questions must be furnished in writing or by e-mail to the Contracting Officer. You are requested to submit your questions (preferably by e-mail) to Naomi A. Haney-Ceresa (nhaney-ceresa@psc.gov). Your questions must be mailed or faxed in sufficient time to be received in the contracting office on or before January 24, 2002 at 2 p.m. EST, in order to allow a reply to be provided to all perspective offerors before the submission of their proposals. The closing date and time for receipt of proposals is February 4, 2002 at 5 p.m. EST. Because of increased security at Federal buildings, please allow extra time for your proposal to be delivered to the Contracting Office located at: DHHS/Program Support Center/Division of Acquisition Management, Parklawn Building, Room 5-101, 5600 Fishers Lane, Rockville, MD 20857, Attention: Naomi A. Haney-Ceresa, Marked RFQ 02DEAP000006. Failure to use the specified address could result in your proposal being delivered late. Security measures also prohibit delivery of hand carried proposals. This prohibition includes courier services. The use of the U.S. Postal Service, United Parcel Service, and Federal Express are acceptable. Deliveries made by United Parcel Service and Federal Express will be accepted between the hours of 8 a.m. and 5 p.m. EST. All proposals must be submitted in hard copy (original and four copies). Faxed proposals will not be accepted. Offerors must furnish the company name, DUNS number, address, phone and fax number, e-mail address, if available, and official point of contact in their proposal.
 
Record
SN20020119/00015574-020118090208 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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.