Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2008 FBO #2420
DOCUMENT

D -- Finite Difference Thermal Process Modeling and Finite Difference Thermal Process Modeling Software - 1038934-35-DH

Notice Date
7/10/2008
 
Notice Type
1038934-35-DH
 
NAICS
333294 — Food Product Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1038934-35-DH
 
Archive Date
7/15/2008
 
Point of Contact
Debbie Hammond,, Phone: (301) 827-7157, Ted L Weitzman,, Phone: 301-827-7178
 
E-Mail Address
deborah.hammond@fda.hhs.gov, ted.weitzman@fda.hhs.gov
 
Small Business Set-Aside
N/A
 
Description
The Food and Drug Administration, has a requirement to purchase on a Sole Source Basis software manufactured by FMC Technologies, Inc. prepared in accordance with the format in FAR Subpart 12.6 as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not be issued. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. The Reference number is 1038935-08-DH. This solicitation documents and incorporates provisions and clauses in effect through FAC 2005-11. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. PLACE OF PERFORMANCE: Contractors Site. The NAICS code is 333294. Offerors should complete their representations and certifications at Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. The Food and Drug Administration requests responses from qualified sources capable of provided this software in accordance with the following: Finite Difference Thermal Process Model Software (Aseptical Software or Equal) – Quantity 2 each (software is typically supplied as on-site license, with a token for each user). See Attached Scope of Work. The following FAR provision and clauses are applicable to the procurement: 52.212-1, Instruction to Offerors Commercial Items: 52.212-3 and its ALT I, Offeror Representations and Certifications Commercial Items; 52.212-4, Contract Terms and Conditions Commercial Items: Contract Terms and Conditions Commercial Items; Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders-Commercial Items; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended. The Government may award a contract on the basis of initial offers received, without discussions. Therefore, each initial offer should contain the offers best terms from a cost or price and technical standpoint. However, if considered necessary by the Contracting Officer, discussions will be conducted with only those offerors determined to have a reasonable chance for award. 52.212-2 Evaluation Commercial Items is applicable to this procurement. 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 EVALUATION CRITERIA: 1),Offerors technical capability to provide the software required to meet the Governments requirements, including offerors’ knowledge and familiarity with the software. 2) price. Relative importance of evaluation factors: technical criteria will be considered to be more important than price, however, as offers are judged by the Government to be more equal, price will control the Governments award determination. Central Contractor Registration (CCR). Offerors must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), FOB point, a point of contact, name and phone number, GSA/GWAC contract number if applicable, business size, and payment terms. Offers shall be no more than 10 pages, less past performance and will be accepted via U.S. mail or electronically via email. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. Offers shall be submitted no later than 2:00 PM local time on July 15, 2008 at the following address: Food and Drug Administration Attn: HFA-505, T. Archer. Room 2008, 5630 Fishers Lane Rockville, MD 20857 Contact Debbie Hammond on 301-827-7057 for information regarding this solicitation. Email responses will be received at dhammon1@oc.fda.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=036bc8d661c13af8f6f3b22c36fd1e9a&tab=core&_cview=1)
 
Document(s)
1038934-35-DH
 
File Name: SCOPE OF WORK - SPECIFICATIONS/REQUIREMENTS (FMC SOFTWARE.doc)
Link: https://www.fbo.gov//utils/view?id=42c992d1f9421695fffdf316ebeac86b
Bytes: 38.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: DHHS/FDA, 5100 PAINT BRANCH PKWY, COLLEGE PARK, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN01611691-W 20080712/080710223014-036bc8d661c13af8f6f3b22c36fd1e9a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.