Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2011 FBO #3409
SOLICITATION NOTICE

68 -- Dry Ice Delivery- FDA CFSAN Laboratories- College Park/Laurel, MD area only - Pricing Table-Include with Quote

Notice Date
3/24/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
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
11-223-SOL-00066
 
Archive Date
3/30/2011
 
Point of Contact
Aaron A. Glazier, Phone: 8705437577
 
E-Mail Address
aaron.glazier@fda.hhs.gov
(aaron.glazier@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contractors must submit a completed pricing table along with the rest of their quote. Please remember to include the past performance references as the solicitation requires. Remember that the prices for dry ice delivery during the Option Years are Firm Fixed Prices. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR 13.5 Test Program for Certain Commercial Items, as applicable. The Request For Quote number is 11-223-SOL-00066. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-50, current as of 16 March 2011. The associated North American Industry Classification System (NAICS) Code is 424690-Other Chemical and Allied Products Merchant Wholesalers; Small Business Size Standard is 100 employees. The Food and Drug Administration is seeking to find a contractor who on a weekly basis can provide and deliver dry ice to three separate locations in the College Park/Laurel Maryland area. See Performance Work Statement section below for additional details of the requirement as they pertain to the specific types of dry ice needed and the delivery locations. Performance Work Statement Background: The Food and Drug Administration (FDA), Center for Food Safety and Applied Nutrition (CFSAN) is located at 5100 Paint Branch Parkway, College Park, MD 20740. The Center is tasked to provide all of the CFSAN laboratory areas with a weekly supply of dry ice. General Description: A need exists for dry ice to be delivered to all of the CFSAN labs. Scope of work: The vendor must provide and deliver a total of 1500 lbs of dry ice on a weekly basis. The deliveries should occur at all three facilities on Wednesdays, unless Wednesday is a Federally-recognized Holiday or in cases where the Federal Government is closed due to inclement weather etc. In those cases, the dry ice will be delivered the day following the holiday or the next day that the government "re-opens." The breakout of the 1500 lbs of dry ice, the desired form of the ice and the three (3) locations that the ice shall be delivered to are identified below: 1) Deliver 770 lbs of Dry Ice Pellets to: MOD-1 8301 Muirkirk Road Laurel, MD 20708 2) Deliver 550 lbs of Dry Ice Pellets to: Wiley Building 5100 Paint Branch Parkway College Park, MD 20740 3) Deliver 180 lbs of Bagged Dry Ice Blocks to: University Station 4300 River Road College Park, MD 20740 Additional Information/Requirements:  Vendor must provide bagged dry ice and dry ice pellets. The dry ice may come in a sealed container. If it doesn't come in sealed container then it should be delivered in some kind of protective wrap.  Store in locations identified by FDA/CFSAN. The 3 locations identified above represent the final delivery location (the dry ice storage bins are located on buildings' loading docks.)  The dry ice blocks should be at least 12"x 12" x 12" and no larger than 24" x 24" x 24."  Packaging and delivery of dry ice must conform to all Federal, State, and local laws and regulations. The Government anticipates a need for dry ice delivery in these quantities and at these locations for an indefinite period of time. As such, the Government has determined that the use of option periods is appropriate for the resulting contract. The Contractor's quote should include pricing for the 1500 lbs of dry ice delivery during the option years as well. Contract Period of Performance The contract period of performance begins the date of contract award execution. The base period of the contract will be 1 year from the date of award. The contract also contains four one year option periods that the Government may exercise unilaterally. Option period(s) are for the period of one year each. If exercised, the options may extend the length of the contract by four additional years for a total of five years. If exercised, the contract period of performance for option years are to be identified in each modification that exercises the respective option(s). The aforementioned period of performance terms for the options shall extend the performance period of the contract if the Government exercises the option(s) in accordance with FAR 52.217-9. The anticipated ordering period for the Contract's base year and option periods are as follows: CLIN No: Period Period of Performance 0001 Base Period Apr 5, 2011- Apr 4, 2012 1001 Option Year 1 Apr 5, 2012- Apr 4, 2013 2001 Option Year 2 Apr 5, 2013- Apr 4, 2014 3001 Option Year 3 Apr 5, 2014- Apr 4, 2015 4001 Option Year 4 Apr 5, 2015- Apr 4, 2016 Invoice Submission The contractor shall not submit monthly vouchers or invoices more frequently than once per month. The total amount of the monthly invoice will reflect the price for all deliveries made during the calendar month that the invoice is for. Invoices shall be submitted in accordance with the following clauses that are incorporated into this contract: 52.232-25, Prompt Payment (OCT 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 1) Invoices/vouchers requests shall be submitted as follows To be considered a "proper" invoice in accordance with FAR 32.9, Prompt Payment, each invoice shall clearly identify the ordering numbers that appear on the face page of the contract as follows: Contract No. (This is the 17 digit number that begins with HHSF223... and appears in Block 1 or 2 of the SF-26 or SF-1449 form) 2) The contractor shall submit an original and two (2) copies of the invoice to the designated Finance Office at the following address: DHHS/FDA/OSS ATTN: OFFAS - ACQUISITION SERVICES (NCTR) National Center for Toxicological Research 3900 NCTR Road Jefferson, AR 72079-9502 The invoice must be submitted on company letterhead and include the following: (I) Name and Address of the Contractor; (II) Invoice Date and invoice Number; (III) Purchase Order Number; (IV) Description, Quantity, Unit of Measure, United Price and extended price supplies delivered or services performed; (V) Shipping Number and Date of Shipment, Including the Bill of Lading Number and weight of shipment if shipment if shipped on Government Lading; (VI) Terms of any Discount for Prompt Payment Offered; (VII) Name and address of Official to whom payment is to be sent (Must be the same as that in the Purchase Order or in a notice of assignment); (VIII) Name, Title, and Phone Number and Email of Address of Person to contact in event of incomplete invoice(s); (IX) Taxpayer Identification number (TIN); (X) Electronic funds Transfer (EFT) Banking information; (XI) Name and Telephone Number of the FDA COTR Referenced on the Purchase Order; and (XII) Any other information or documentation required by the purchase order; Payment terms net 30 days. Standard commercial warranty is required if applicable. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this RFQ to the responsible offeror whose offer conforming to the RFQ will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet the Government's requirement. (ii) Past Performance (iii) Price Technical and past performance, when combined, are approximately equal when compared to price in determining the best value to the government. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the Contractor is qualified to provide the services that the government requires. The tradeoff process will be utilized meaning that tradeoffs among price and technical capability will allow the government to accept other than the lowest priced technically acceptable offer. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed services to industry or government agencies. When evaluating past performance, the Government will evaluate the relevancy of the Contractor's referenced previous projects to the Contractor's proposed technical approach for this requirement. In addition to the relevancy of previous projects, the Government will also evaluate the Contractor's record of meeting delivery schedules and its service reputation. Offerors shall provide at least two references to which they have sold similar types of services in terms of size and scope. Contract Type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meets the technical requirements. The offer shall include any applicable technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COTR), whom will be specified in the contract at time of award. If the supplies or services are acceptable, the COTR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COTR shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I, 52.219-4, 52.219-8, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-5, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-4 Printed or Copied Double-Sided on Recycled Paper 52.204-7 Central Contractor Registration (Apr 2008) 52.217-8 Option to Extend Services (Nov 1999) 52.217-9 Option to Extend the Term of the Contract (Mar 2000) HHSAR CLAUSES HHSAR 352.201-70 Paperwork Reduction Act (Jan. 2001) HHSAR 352.202-1 Definitions (January 2006) HHSAR 352.233-71 Litigation and claims (January 2006) HHSAR 352.242-71 - TOBACCO-FREE FACILITIES (JANUARY 2006) HHSAR 352.242-73 Withholding of Contract Payments (January 2006) HHSAR 352.270-1 Accessibility of meetings, conferences, and seminars to persons with disabilities (Jan 2001) All cited clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at FAR Clauses: https://www.acquisition.gov/far/index.html HHSAR Clauses: http://www.hhs.gov/oamp/policies/hssar.doc Post Award Evaluation of Contractor performance a. Contractor Performance Evaluations Interim and final evaluations of contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. A final evaluation will be prepared at the time of completion of work. In addition to the final evaluation, interim evaluations will be prepared annually to coincide with the anniversary date of the contract. Interim and final evaluations will be provided to the contractor as soon as practicable after completion of the evaluation. The contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. Any disagreement between the parties regarding an evaluation will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. The Contractor's quote should include the table below: Price Schedule CLIN DESCRIPTION PRICE OF WEEKLY DELIVERY (FIRM FIXED PRICE IN US DOLLARS) DELIVERIES PER YEAR ANNUAL TOTAL 0001 BASE YEAR Weekly delivery of 1500 lbs of dry ice delivered in accordance with the requirements as set forth in the Performance Work Statement during the Base Year of the Performance Period. $ 52 1001 Option Year 1 Weekly delivery of 1500 lbs of dry ice delivered in accordance with the requirements as set forth in the Performance Work Statement during Option Year 1 of the Performance Period. $ 52 2001 Option Year 2 Weekly delivery of 1500 lbs of dry ice delivered in accordance with the requirements as set forth in the Performance Work Statement during Option Year 2 of the Performance Period. $ 52 3001 Option Year 3 Weekly delivery of 1500 lbs of dry ice delivered in accordance with the requirements as set forth in the Performance Work Statement during Option Year 3 of the Performance Period. $ 52 4001 Option Year 4 Weekly delivery of 1500 lbs of dry ice delivered in accordance with the requirements as set forth in the Performance Work Statement during Option Year 4 of the Performance Period. $ 52 Total Firm-Fixed Price ( Including all Option Periods) CCR Requirement - Company must be registered in the Central Contractor Registration (CCR) system before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 09-223-SOL-00254. The offers are due on or before September 15, 2009 by 16:00 hours (Central Standard Time in Jefferson, Arkansas). Offers should be submitted electronically to aaron.glazier@fda.hhs.gov For questions regarding this solicitation, please contact Aaron A. Glazier at (870) 543-7577, or email aaron.glazier@fda.hhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/11-223-SOL-00066/listing.html)
 
Place of Performance
Address: 1. MOD-1, 8301 Muirkirk Road, Laurel, MD 20708, 2. Wiley Building, 5100 Paint Branch Parkway, College Park, MD 20740, 3. University Station, 4300 River Road, College Park, MD 20740, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02408829-W 20110326/110324234837-f1879a1b2334582fc7817b66759bfa8a (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.