Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2007 FBO #2055
SOLICITATION NOTICE

V -- FDA White Oak Relocation Services

Notice Date
7/11/2007
 
Notice Type
Solicitation Notice
 
NAICS
484210 — Used Household and Office Goods Moving
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, MD, 20857-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FDA-SOL-07-00288
 
Response Due
7/26/2007
 
Archive Date
8/10/2007
 
Small Business Set-Aside
Service-Disabled Veteran-Owned
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The combined synopsis/solicitation posting on FBO does not permit file uploads. Therefore, please contact Terry Frederick, Contract Specialist, at: Terry.Frederick@fda.hhs.gov to obtain these files electronically. Your interest in our announcement is appreciated. ***************************************************************** ***************************************************************** THIS ACQUISITION IS A TOTAL SET-ASIDE FOR SERVICE DISABLED VETERAN-OWNED CONCERNS. The solicitation, FDA-SOL-07-00288, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-17. The associated NAICS Code is 484210, and the Small Business Size Standard is $23.5 Million. ***************************************************************** ***************************************************************** Funds are not presently available for this contract. The Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer. ***************************************************************** ***************************************************************** The intended contract type is an Indefinite Delivery / Indefinite Quantity (IDIQ) Task Order Contract. The FDA operational offices contemplate to solicit and award Individual Task Order(s) (ITOs) against it. Each ITO will have its own Statement of Work (SOW), funding document, and certified project officer. In addition to the offerors' proposals for the Master / Base IDIQ Task Order Contract, the offerors' proposals for Task Order One (1) shall be utilized for evaluation purposes. The Government reserves the right to award an IDIQ Task Order Contract, along with Task Order One (1), without discussions with offerors. ***************************************************************** ***************************************************************** The General Services Administration (GSA) and the Food and Drug Administration (FDA) are working together to consolidate FDA at the Government-owned White Oak Federal Research Center (White Oak), located in Silver Spring, Maryland. The new buildings will centralize operations of different facilities currently located in both Rockville and Bethesda, Maryland, which support the Office of the Commissioner (OC), the Office of Regulatory Affairs (ORA), the Center for Drug Evaluation and Research (CDER), the Center for Devices and Radiological Health (CDRH), and the Center for Biologics Evaluation and Research (CBER). White Oak, a 168-acre campus, will consist of new laboratories, office buildings, and support facilities. **************************************************************** **************************************************************** The FDA currently occupies five of the sixteen buildings to be constructed at White Oak. Buildings 51 and 66 are currently under construction. Buildings 31, 32, and 1 are in the design phase. Please see a list of White Oak existing buildings at EXHIBIT A of the Master IDIQ Task Order Contract Statement of Work (SOW), as will be provided by the Contract Specialist Point of Contact specified in this notice, upon request. **************************************************************** **************************************************************** The work required under this IDIQ Task Order (TO) Contract (herein referred to as the Master Contract) consists of relocation services. The Contractor shall furnish all personnel, equipment, vehicles, and moving supplies in order to perform all work under this contract. The relocation services include, but are not limited to, the following: moving, rigging, disconnecting and reconnecting computers, inventorying surplus, documenting destruction, packing, crating, preparing, and servicing laboratory equipment, disconnecting and reconnecting electrical and plumbing devices. ***************************************************************** ***************************************************************** OFFEROR SHALL COMPLETE AND SUBMIT WITH ITS PROPOSAL FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (NOV 2006) / ALTERNATE I (APR 2002). ***************************************************************** ***************************************************************** The following FAR clauses apply to this requisition and are provided in full text: (1) FAR 52.204-9, Personal Identity Verification of Contractor Personnel (NOV 2006); (2) FAR 52.216-18, Ordering (OCT 1995); (3) FAR 52.216-19, Order Limitations (OCT 1995); (4) FAR 52.216-22, Indefinite Quantity (OCT 1995); (5) FAR 52.217-8, Option to Extend Services (NOV 1999); (6) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000); (7) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984); (8) FAR 52.216.31, Time-and-Materials/Labor-Hour Proposal Requirements - Commercial Item Acquisition (FEB 2007); (9) FAR 52.232-18, Availability of Funds, (APR 1984); (10) FAR 52.212-3, Offeror Representations And Certifications - Commercial Items (NOV 2006) / Alternate I (APR 2002), and, (11) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (MAR 2007). **************************************************************** **************************************************************** In accordance with FAR 52.212-5, the following FAR clauses apply to this requisition by reference: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995); (2) FAR 52.219-27, Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside (MAY 2004); (3) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (4) FAR 52.222-26, Equal Opportunity (MAR 2007); (5) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (6) FAR 52.222-36, Affirmative Action for Workers and Disabilities (JUN 1998); (7) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (8) FAR 52.222-41, Service Contract Act of 1965, as Amended (JULY 2005); (9) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); (10) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts) (NOV 2006); (11) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006); and, (12) FAR 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (OCT 2003). ***************************************************************** ***************************************************************** In addition, the following clauses also apply to this requisition by reference: (1) FAR 52.217-5, Evaluation of Options (JUL 1990); (2) FAR 52.232-7, Payments Under Time and Materials (DEC 2002); (3) FAR 52.212-1, Instructions to Offerors - Commercial Items (SEPT 2006); (4) FAR 52.212-2, Evaluation - Commercial Items (JAN 1999); and, (5) FAR 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007). **************************************************************** **************************************************************** The proposals for the Master Contract shall be submitted in 12 point font, limited to 25 pages (with all pages numbered 1 of _, etc.), and standard one-inch margins (Not including Resumes and Past Performance Documentation). Likewise, the proposals for Task Order One shall be submitted in 12 point font, limited to 25 pages (with all pages numbered 1 of _, etc.), and standard one-inch margins. ***************************************************************** ***************************************************************** The Government intends to award a contract to the contractor whose proposal is determined by the Government to represent the best value, price and other factors considered. **************************************************************** **************************************************************** All contractors shall submit all contractor clarification questions via e-mail to Terry Frederick at the following e-mail address: Terry.Frederick@fda.hhs.gov no later than Noon, EST on July 20, 2007. Furthermore, all contractor proposals shall be submitted via e-mail in MS WORD format no later than Noon, EST on July 26, 2007, to Contract Specialist Terry Frederick at: Terry.Frederick@fda.hhs.gov. In addition, an original and three (3) copies of the offerors' cost and technical proposals shall be received in hard copy no later than Noon, EST, on July 27, 2007, at the Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2137, Rockville, Maryland 20857-0001. **************************************************************** **************************************************************** **************************************************************** TASK ORDER ONE (1) Site Visit / Walk Through DATE: July 17, 2007 9:00 AM All interested parties shall meet at 5630 Fishers Lane Rockville, MD 20857 9:30 AM 5600 Fishers Lane 10:30 AM 12725 Twinbrook Parkway 11:30 AM 5515 Security Lane 12:30 PM 11919 Rockville Pike 1:00 PM Break for Lunch 2:00PM 7500 Standish Place 2:45PM 7520 Standish Place 3:30PM 7519 Standish Place 4:00PM 15400 Calhoun Drive 5:00PM 10903 New Hampshire Avenue, Building 51 NOTE: Parking shall be limited to One (1) vehicle per interested contractor, and shall be made available on a first come / first serve basis. Furthermore, the Government does not guarantee the availability of parking at any one location listed above. **************************************************************** **************************************************************** **************************************************************** For further information regarding this solicitation notice, please contact Terry Frederick via e-mail at: TerryFrederick@fda.hhs.gov.
 
Place of Performance
Address: The contract place of performance shall be the FDA White Oak Campus located at 10903 New Hampshire Avenue, Silver Spring, Maryland, as well as the other locations specified in the Master IDIQ Task Order Contract SOW.
Zip Code: 20993
Country: UNITED STATES
 
Record
SN01339158-W 20070713/070711220702 (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.