Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2010 FBO #2980
MODIFICATION

99 -- Conference Support Services

Notice Date
1/19/2010
 
Notice Type
Modification/Amendment
 
NAICS
721199 — All Other Traveler Accommodation
 
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
2010-N-11868
 
Archive Date
2/10/2010
 
Point of Contact
Matthew C Ellington, Phone: 770-488-2677
 
E-Mail Address
mce8@cdc.gov
(mce8@cdc.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
The Centers for Disease Control and Prevention (CDC) intends to procure the following services. This solicitation is a total small business set-aside. The Government will procure this order utilizing competitive FAR Part 13 Simplified Acquisition Procedures. The award will be made to the offeror whose proposal fully address the requirements of the statement of work and offers the best value to the Government. Offerors are advised to submit their quotes in the best favorable terms to the government. The Government contemplates award of a firm fixed price contract resulting from this solicitation. The total duration of this contract under this clause, shall not exceed 12 months. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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 following provision(s) and clauses apply to this acquisition: 52.204-7 -- Central Contractor Registration; 52.212-1 -- Instructions to Offerors -- Commercial Items; 52.212-3 -- Offeror Representations and Certifications -- Commercial Items; 52.212-4 -- Contract Terms and Conditions -- Commercial Items; 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items; 52.217-9 52.232-33 -- Payment by Electronic Funds Transfer--Central Contractor Registration; 52.217-9 Option to Extend the Term of the Contract; 52.233-4 -- Applicable Law for Breach of Contract Claim; 52.252-1 -- Solicitation Provisions Incorporated by Reference; 52.252-2 -- Clauses Incorporated by Reference; NAICS CODE: 721199. The proposal must be signed by an official authorized to bind your organization. INSTRUCTIONS TO CONTRACTORS: Your response must be submitted in three parts: Technical, Similar Experience and Business proposal. Each part shall be separate and complete in itself so evaluation of one may be accomplished independently of the other. The Technical Approach shall NOT exceed 10 pages. The technical proposal must not contain reference to cost; however, resource information (such as data concerning labor hours and categories, subcontracts, etc.) may be contained in the technical proposal so your understanding of the statement of work can be evaluated. The proposal must differentiate the tasks to be performed by the contractor from those tasks to be performed by subcontractors. The Technical Approach must not include any cost elements associated with a task. Evaluation Criteria: Award: This order will be awarded to the Offeror whose proposal is considered to be the most advantageous to the Government BEST VALUE price and other factors (identified below) considered. For purpose of this evaluation: technical factors, (approach and experience) are more important than price in making the award determination. The Government will not make an award at a higher price to achieve only slightly superior performance. A. The rating for the Technical Approach, Similar Experience will be expressed as an adjectival assessment. Technical Approach: Contractors are to provide a discussion of their technical approach for providing the services required for this order. Specifically, the Contractor must submit a plan to demonstrate complete understanding of the requirement. The Contractor must provide a proposed approach that ensures the achievement of timely and acceptable performance. The technical approach should also clearly describe an overview of the methodology used for guiding performance of the technical requirements identified in the SOW and a general description of how the Contractors' technical approach will be applied to accomplish the requirements. Contractors are to provide (1) a staffing plan that identifies the experience of key staff working under this order; and (2) a management plan that describes their approach for managing the work, to include subcontracts management if applicable. Resumes and/or brief description of qualifications and experience of management, staff, consultants and subcontract personnel shall be submitted. B. Similar Experience: Contractors shall provide detailed information demonstrating experience in providing the same or similar services for at least five (5) projects in the last 36 months. This information shall include the period of performance, the point of contact and the dollar amount. C. Business Plan: The contractor shall list all deliverables or tasks requested under the SOW and provide the unit and extended prices for each task/deliverable. Questions must be submitted electronically to mce8@cdc.gov not later than: January 19, 2010, by 3:00 pm EST, A copy of all received questions and answers will be compiled and distributed to all Contractors by: January 19, 2010. Proposals are due on or before 3:00pm EST, on January 26, 2010. If delivery is by a mail/courier service the proposal must be signed by an official authorized to bind your organization. You must submit (1) original copy of your proposal to Centers for Disease Control and Prevention, Procurement and Grants Office, 2920 Brandywine Road Room 3724.01 Atlanta GA 30341; Attn: Matthew Ellington - Solicitation No. 2010-N-11868. Facsimile proposals are not authorized. If responding by email, the subject line must include the following language "Proposal for RFQ#2010-N-11868" and must be received by the Procurement and Grants Office on or before 3:00pm Eastern Standard Time, on January 26, 2010. Offerors are requested to submit proposals, to the maximum extent possible, on high grade white paper which can be recycled. Facsimile proposals are not authorized. All responsible sources that can meet the above requirements may submit a proposal, which may be considered by the Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2010-N-11868/listing.html)
 
Place of Performance
Address: 2920 Brandywine Road, Atlanta, Georgia, 30033, United States
Zip Code: 30033
 
Record
SN02044401-W 20100121/100119234703-56f1e44da1ba9556b4135e81f306c125 (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.