Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 02, 2011 FBO #3385
SOLICITATION NOTICE

J -- Lektriever Maintenance Contract - 1449 (Sol. No. 11-233-SOL-00084)

Notice Date
2/28/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811212 — Computer and Office Machine Repair and Maintenance
 
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
11-233-SOL-00084
 
Archive Date
3/19/2011
 
Point of Contact
Margo Katzper, Phone: 301-443-3589
 
E-Mail Address
Margo.Katzper@PSC.hhs.gov
(Margo.Katzper@PSC.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
1449 (Sol. No. 11-233-SOL-00084) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemented with additional information included in this notice. This notice constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation is being issued as a Request for Quotation (RFQ) Number 11-233-SOL-00084. This acquisition is being conducted as a Total Small Business Set Aside. The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-48 (January 31, 2011). The North American Industry Classification (NIACS) Code is 811212, and the business side standard is $25.0 Million. This requirement is for a maintenance agreement to cover six (6) Lektriver file systems that are seven (7) years old. The maintenance agreement should include the follow requirements:  Preventative Maintenance  Repair services - Contractor must be available to respond within 24 hours of a service call Monday through Friday between the hours of 8:30 a.m. and 5:00 p.m.  Contractor must be certified to work on Lektriever Machines (provide documentation of certification)  Includes labor, materials, and travel Period of performance: The period of performance is for 12 months from date of award with three 12 month option periods. Basis for award: Technical acceptability and past performance are of equal importance while cost is paramount. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The 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 following factors shall be used to evaluate offers: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and ORCA https://orca.bpn.gov/. The clauses are available in full text at http://www.arnet.gov/far. Proposals are due March 4, 2011 by 2:30 p.m. Eastern Standard Time. The award will be made as specified above. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The proposal must reference the Solicitation number 11-233-SOL-00084. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted electronically (via email) to Margo Katzper, Contract Specialist, at margo.katzper@PSC.hhs.gov in either MS Word or Adobe Portable Document Format (PDF) by the date and time specified above. All responses 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/11-233-SOL-00084/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20001, United States
Zip Code: 20001
 
Record
SN02389136-W 20110302/110228234253-0e40203a75cf73625cd5d54f3636480a (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.