Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 12, 2007 FBO #1993
MODIFICATION

R -- Project management services for coordinating move of USHMM staff to new leased office space

Notice Date
5/10/2007
 
Notice Type
Modification
 
Contracting Office
100 Raoul Wallenberg Place, SW, Washington, DC 20024
 
ZIP Code
20024
 
Solicitation Number
RFP-9531-07-R-0400
 
Response Due
5/23/2007
 
Archive Date
11/19/2007
 
Small Business Set-Aside
N/A
 
Description
MODIFICATION NOTICE: Bids are being solicited under solicitation number RFP-9531-07-R-0400. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein. If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 40204_05. Restricted to DC metropolitan area sellers: Sellers bidding on this opprtunity MUST have the items requested on the specified contract. The contract must either be in the seller's name or the seller must be able to document its ability to act as an agent of a partner's contract. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective contract AND approval from the soliciting contracting officer. This requirement is unrestricted and only qualified sellers may submit bids. The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2007-05-23 14:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com. FOB Destination shall be Washington, DC 20024 The UNITED STATES HOLOCAUST MEMORIAL MUSEUM requires the following items, Purchase Description Determined by Line Item, to the following: LI 001, General Scope The Division of Operations of the U.S. Holocaust Memorial Museum has identified the need for project management services associated with an upcoming office relocation. The Museum will be leasing through the General Services Administration 34,195 square feet of office space and seeks assistance with start-up coordination, move-in, and project closeout, including but not limited to: project administration, design development and management, furniture budgeting and disposition, and relocation and occupancy. Vendor shall price its services as a lot, and otherwise in a manner consistent with that specified in Section L.7.2 of the RFP terms and conditions., 1, LOT; For this solicitation, UNITED STATES HOLOCAUST MEMORIAL MUSEUM intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. UNITED STATES HOLOCAUST MEMORIAL MUSEUM is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids. All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com. Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process. Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Buyers and Sellers understand that FedBid ranks all bids by price; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, unless otherwise specified herein below, to the extent required by applicable regulations and/or guidelines, award will be made to the responsible Seller whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance. Contact ClientServices@FedBid.com or call 1-877-9FEDBID to address any questions or comments New equipment ONLY, NO remanufactured products Bid MUST be good for 30 calendar days after submission FOB Destination CONUS (CONtinental U.S.) No partial shipments unless otherwise specified Agencies are required to registration with the Central Contractor Registry (CCR) for receipt of order. Information can be found at www.ccr.gov Offerors certify that they have completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, Offerors verify by submission of their proposal and incorporation in their proposal by reference as of the date of the proposal that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this RFP.
 
Web Link
www.fedbid.com (b-40204_05, n-5893)
(http://www.fedbid.com)
 
Place of Performance
Address: Washington, DC 20024
Zip Code: 20024
Country: US
 
Record
SN01292172-W 20070512/070510221816 (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.