Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2010 FBO #3092
SOLICITATION NOTICE

X -- Conference Space - DC Metro Area - SOW and Pricing Table

Notice Date
5/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
721110 — Hotels (except Casino Hotels) and Motels
 
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
FDA1073823
 
Archive Date
6/5/2010
 
Point of Contact
Emily Hunt,
 
E-Mail Address
emily.hunt@fda.hhs.gov
(emily.hunt@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW and Pricing Table This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6. This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 721110, identified as FDA1073823, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. Hard copies will only be provided to individuals eligible under the Americans with Disabilities Act and Rehabilitation Act upon request. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. Background: FDA's Center for Devices and Radiological Health (CDRH) will be co-sponsoring a 2 1/2-day public workshop, regarding scientific issues in the use of computational modeling for cardiovascular devices, including an optional additional half day session. CDRH is requesting that the course be held in a hotel facility accessible to the Twinbrook/Shady Grove/White Flint/Silver Spring metro. The basis for this request is for the convenience of the domestic and international visitors. It is anticipated that the majority of the course participants will be dependent on public transportation to minimize their travel expenses. In addition, convening the course in a hotel located near the Twinbrook/Shady Grove/White Flint/Silver Spring metro area will allow the participants to be within walking distance to a variety of food establishments that will likely meet their dietary needs and budgets. Accessibility to the metro will also be convenient for the CDRH and NHLBI staff who will be attending and making presentations. Statement of Work and Pricing Table: See Attached Document Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 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 including subparagraphs: 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein. Additionally, all quotes shall include price (s); a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 721110; business size; and payment terms. FDA intends to make an award soon after the response date of this notice and all quotations must be submitted via email and be received by 12:30 PM Eastern Time on 21 May 2010 to the attention of Emily Hunt, Emily.Hunt@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. ALL QUESTIONS REGARDING THIS SYNOPSIS/SOLICIATION MUST BE SUBMITTED IN WRITING NO LATER THAN 12:30 PM EASTERN TIME ON 17 MAY 2010. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1073823/listing.html)
 
Place of Performance
Address: Maryland, United States
 
Record
SN02146459-W 20100513/100511235131-c20ca41ae4fe13d123f69fc75f8aae17 (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.