Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2008 FBO #2440
SOLICITATION NOTICE

66 -- Infrared Thermal Detection Systems

Notice Date
7/30/2008
 
Notice Type
Modification/Amendment
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
000HCVKC-2008-58142
 
Archive Date
8/20/2008
 
Point of Contact
Amanda E. Haynes, Phone: 7704882718
 
E-Mail Address
AHaynes@cdc.gov
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. The Centers for Disease Control and Prevention (CDC), Procurement and Grants Office (PGO) intends to award one to four purchase orders for the lease, with an option to buy, of an infrared thermal detection system. These infrared thermal detection systems will be used in an evaluation to determine their reliability in measuring body temperatures as well as their precision and accuracy in comparison to the traditional oral method of measurement in a clinical setting. This requirement is available for full and open competition. The North American Industrial Classification System (NAICS) code for this requirement is 334519, Other Measuring and Controlling Device Manufacturing with a small business size standard of 500 employees. Proposals are due Tuesday, August 5, 2008 at 2:00 p.m. Eastern Standard Time. Proposals shall reference solicitation number 000HCVKC-2008-58142. The Statement of Work for this requirement is attached. The selection of offerors for contract award will be based on the evaluation of proposals. The contract(s) will be awarded to the offeror(s) whose proposal is considered to be the most advantageous to the Government, technical and cost/price considered. Offerors are advised that in the evaluation process, technical is more important than cost/price. The trade off process described in FAR 15.101-1 may be employed. This process permits tradeoffs among cost/price and non-cost factors and allows the Government to consider award to other than the lowest priced or highest technically rated offeror. Further, the system specifications established in the Statement of Work are the minimum required and proposals will be evaluated based on meeting and/or exceeding these minimum requirements. In any case, the Government reserves the right to make multiple awards under this solicitation to the offeror(s) whose proposal(s) provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to meeting or exceeding the needs of the project as set forth in this solicitation. The merits of each proposal will be evaluated carefully. Offerors must submit information sufficient to evaluate their proposals based on the detailed criteria listed below. Technical proposals will be evaluated in accordance with the following technical evaluation criteria and weights: Technical Evaluation Criteria Points 1. Ability to Satisfy Requirements 80 2. Demonstrated Performance in a Research Setting 20 TOTAL 100 1. Ability to Satisfy Requirements (maximum 80 points) - The Government will evaluate the offeror's understanding of the project scope and objectives; and feasibility of the offeror's technical proposal and approach for accomplishing the project goals, objectives and performance requirements of the Statement of Work. To maximize scoring within this criterion, this section of the technical proposal should include at least the following information: • Specification of the Infrared Thermal Detection System (ITDS) • Included accessories • Included manuals and/or training components 2. Demonstrated Performance in a Research Setting (maximum 20 points) - The proposal should evaluate potential barriers, technical and performance limitations, appropriateness for specific use, feasibility for use in a research setting and other factors that may differentiate the offeror's model from other systems. To maximize scoring within this criterion, this section of the technical proposal should include at lease the following information: • Previous records of ITDC performance in a research setting Cost/Price proposals should include as follows: CLIN 0001 Thermal Detection System - Lease of thermal detection system for 2 months Lease (2 months): ____________________ CLIN 1001 Thermal Detection System - Option to Buy (without obligation) Price if option exercised within 1 to 12 months of contract award: ____________ each Price if option exercised within 13 to 24 months of contract award: ___________ each Price if option exercised within 25 to 36 months of contract award: ___________ each The following provisions and clauses apply to this acquisition and will be included in the awarded contracts. These provisions and clauses may be viewed at http://farsite.hill.af.mil/.: 52.212-1 Instructions to Offerors - Commercials Items (MAR 2000); 52.212-2 Evaluation - Commercial Items (JAN 1999) the evaluation criteria stated in paragraph (a) of this provision are as follows: (1) technical capability of the proposed items to meet the requirements stated herein, and (2) cost/price; 52.212-4 Contract Terms & Conditions - Commercial Items (MAY 1999); 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, the following clauses listed in paragraph (b) of 52.212-5 apply to this acquisition: (15), (16), (17), (18), (19), (21), and (36). An offeror shall complete only paragraph (b) of the provision at 52.212-3, Offerors Representation and Certifications - Commercial Items, and include it with their proposal, if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Companies doing business with the Government must be registered in the Central Contractor Registration (CCR) database. Registration can be completed at http://www.ccr.gov. Proposals must be submitted to Amanda Haynes, Contract Specialist via e-mail at AHaynes@cdc.gov by TUESDAY, AUGUST 5, 2008 at 2:00 pm, Eastern Standard Time. All questions regarding this solicitation must be submitted in writing via e-mail by THURSDAY, JULY 31, 2008 at 4:00 pm, Eastern Standard Time. The anticipated award date is August 21, 2008.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e152033ad47c5bc08cb628269bd6eb8&tab=core&_cview=1)
 
Place of Performance
Address: See attached Statement of Work., United States
 
Record
SN01626844-W 20080801/080730222041-7e152033ad47c5bc08cb628269bd6eb8 (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.