Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

99 -- Recovery Month Annual Event Award Program - RFQ

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Department of Health and Human Services, Program Support Center, Division of Acquisition Management, Parklawn Building Room 5-101, 5600 Fishers Lane, Rockville, Maryland, 20857
 
ZIP Code
20857
 
Solicitation Number
10-233-SOL-00311
 
Archive Date
8/28/2010
 
Point of Contact
Jennifer Schlegel, Phone: 3014433025
 
E-Mail Address
Jennifer.Schlegel@PSC.hhs.gov
(Jennifer.Schlegel@PSC.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ: 10-233-SOL-00311 Reference Number: 10-233-SOL-00311 Title: Recovery Month Annual Event Award Program THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 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 reference solicitation number is: 10-233-SOL-00311 This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-043. The total contracted dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a Total Small Business Set Aside. The North American Classification System (NAICS) code applicable to this requirement is 518210and the associated small business size standard is $25.0M. The Program Support Center (PSC), for the Office of Substance Abuse and Mental health Administration (SAHMSA), intends to award a fixed priced purchase order for the services as detailed in the attached RFQ. It is anticipated that a fixed price type contract will be awarded. The FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors – Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009); FAR 212-4, Contract Terms and Conditions – Commercial Items (JUN 2010); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUL 2010) is included with the following additional clauses: FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003); and FAR 52.204-7, Central Contractor Registration (APR 2008). Other provisions/clauses may be incorporated into the contract, as necessary. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements as detailed in the attached RFQ. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements as detailed in the attached Statement of Work. Offers and related materials must be received by 1:00 p.m. EST on August 13, 2010. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number: 10-233-SOL-00311. Submit offers electronically to Jennifer Schlegel, Contract Specialist, at Jennifer.Schlegel@PSC.hhs.gov in either MS Word or Adobe Portable Document Format. All offers must be received by the specified due date and time in order to be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/DAM/10-233-SOL-00311/listing.html)
 
Place of Performance
Address: See Statement of Work, United States
 
Record
SN02227387-W 20100805/100803235844-4d5afd28c24c157591a4c3cdf13e87cb (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.