Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2007 FBO #2033
MODIFICATION

99 -- COURIER SERVICE FOR NIH BETHESDA, MARYLAND AND LOCAL LOCATIONS

Notice Date
6/19/2007
 
Notice Type
Modification
 
NAICS
492110 — Couriers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W 6707 Democracy Blvd., MSC 5455, Bethesda, MD, 20892-5455, UNITED STATES
 
ZIP Code
20892-5455
 
Solicitation Number
NIH-NIDDK-07-204
 
Response Due
6/27/2007
 
Archive Date
7/12/2007
 
Point of Contact
Tina Robinson, Contract Specialist, Phone 301-402-8778, Fax 301-480-4226,
 
E-Mail Address
robinsti@mail.nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE: This is a combined synopsis/solicitation for Commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation and The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) does not intend to issue a separate written solicitation. The solicitation number is NIH-NIDDK-07-204 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-16. The North American Industry Classification System (NAICS) code is 492110 and the business size standard is 1500 employees. This is set-aside for small businesses. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The National Institutes of Health (NIH) National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) has a requirement to procure the services for a Courier Service for a Base Year with four (4) successive one year options. The service is for mail to be picked up and delivered to various locations at the NIH main campus and local offices located off campus. (1) THE LOCATIONS ON THE MAIN CAMPUS AT 9000 ROCKVILLE PIKE, BETHESDA, MD 20892 ARE: Buildings - 31, 1, 8, 5, 50,12,13,14 and 10. (2) THE LOCATIONS OFF CAMPUS ARE: (A) Democracy 2 Plaza, 6707 Democracy Blvd, Suite 901A, Bethesda, MD 20892 (B) 2115 East Jefferson Street, Room 1E-129, Bethesda, MD 20892 and (C) 6006 Executive Blvd, Room 321, Bethesda, MD 20892. The delivery schedule is a continuous run throughout the day, during normal business hours of 8:00 am to 4:30 pm. There will be times that the courier will need to ?Hand-Carry? some packages from the main campus to 2115 East Jefferson Street, Room 1E-129. The ?Hand-Carry? request will periodically occur during the delivery schedule. All mail picked up from each location is described as interoffice mail in envelopes and some light boxes. There will not be a need for a mail cart. This is a hand carry distribution. Please provide one (1) charge unit price for daily runs excluding weekends and government holidays. (3) THE PERIOD OF PERFORMANCE WILL BE: 08/01/2007-07/31/2008 252 DAYS (Base year) 08/01/2008-07/31/2009 251 DAYS (Option Year 1) 08/01/2009-07/31/2010 251 DAYS (Option Year 2) 08/01/2010-07/31/2011 251 DAYS (Option Year 3) 08/01/2011-07/31/2012 252 DAYS (Option Year 4) The following clause is incorporated and will remain in full force in any resultant award. Full text of clauses and provisions are available at Federal Acquisition Regulation (FAR):http://www.arnet.gov/far/. FAR 52.222-41 ? Service Contract Act of 1965 and Wage Determination 05-2103 (Rev. 2) applies to this solicitation. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The solicitation incorporates the provisions at FAR 52.212-1, INSTRUCTIONS TO OFFERORS ? COMMERCIAL ITEMS ? DEVIATION FOR SIMPLIFIED ACQUISTIONS, FAR Clause 52.212-2, Evaluation -Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance; each is considered to be of equal importance. NOTE: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer?s Name and Telephone Number 7. Program Manager?s Name and Telephone Number FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS ? COMMERCIAL ITEMS ? WITH DUNS NUMBER ADDENDUM. The resulting contract will incorporate the requirements of the clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS ? DEVIATION FOR SIMPLIFIED ACQUISITONS. The contract will also incorporate the following FAR clauses cited in paragraphs (b) and (c) of the latter clause: FAR 52.222-26, EQUAL OPPORTUNITY; FAR 52.222-35, AFFIRMATIVE ACTION FOR SPECIAL DISABLED AND VIETNAM ERA VETERANS; FAR 52.222-36, AFFIRMATIVE ACTION FOR HANDICAPPED WORKERS; FAR 52.222-37; EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS OF VIETNAM ERA; and FAR 52.225-3, BUY AMERICAN ACT ? SUPPLIES. Offers must be submitted on an SF 18 or SF 1449 that is signed by an authorized representative of the offeror and includes a completed Schedule of Offered Supplies/Services. Offers must be accompanied by a completed and signed Representations and Certifications ? Commercial Items ? with DUNS Number addendum. Forms can be found at http://www.arnet.gov/far/. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations and all related material will be due by 3.p.m. EST, fifteen (15) calendar days from the publication date of this synopsis or June 27, 2007. The quotation must reference Solicitation number# NIH-NIDDK-07-204. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Institute of Diabetes and Digestive and Kidney Diseases, 6707 Democracy Blvd., Room 765C, Bethesda, Maryland 20892, Attention: Tina Robinson. Faxed copies will not be accepted. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (19-JUN-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIH-NIDDK-07-204/listing.html)
 
Record
SN01323035-F 20070621/070619225644 (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.