Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 01, 2011 FBO #3568
SOLICITATION NOTICE

B -- Validation of Imaging Premarket Evaluation and Regulation (VIPER) - Viper Attachment

Notice Date
8/30/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1090231
 
Archive Date
9/28/2011
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Viper SOW This is a combined synopsis/solicitation for commercial services prepared in accordance with the Format in FAR Subpart 12.6 in conjunction with FAR 13.5, as applicable and as supplemented with additional information included in this notice. The announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 1090231. This solicitation is issued as a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, dated August 4, 2011. This acquisition is not set aside for small businesses. The appropriate NAICS doe for this acquisition is 541990 - All Other Professional, Scientific and Technical Services with a small business size standard of $7.0 million dollars. The purchase order awarded as a result of this RFQ shall be fixed price. The FDA is soliciting offers for the services described in the Attached Statement of Work for the Validation of Imaging Premarket Evaluation and Regulation (VIPER) based on Retrospective Data Analysis of Digital Mammography Imaging Screening Trial (DMIST) data (Attachment A). The provision at FAR 212-1 Instructions to Offerors - Commercial Items applied to this solicitation. 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 a follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The responses shall include the company's technical approach and timeline to the Statement of Work. The following factors shall be used to evaluate offerors: i. Technical approach and timeline to meet the Government's requirement; ii. Price. The government will award the purchase order to the lowest priced technically acceptable quote. Technical acceptability will be determined by review of information submitted on the quoted technical approach and timeline to meet the Government's needs. The Government is not responsible for locating or securing any information, which is not identified in the proposal. The Provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) if applicable, 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. None. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items. Applies to this acquisition. The following FAR clauses cited in this clause are applicable. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 71-4(g)). 52.233.3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (PUB.L 108-77, 108-78) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (JUN 2009), Alt I (41 U.S.C. 10a-10d, 19 U.S.C. 3301 Note, 19 U.S.C. 2112 Note 19 U.S.C. 3805 Note, Pub L. 108-77. 108-78, 108-286. 108-302. 109-53, 109-169, 109-283, and 110-138). 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s. proclamations and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury) 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) 52.232-34, Payment by Electronic Funds Transfer - Other Than Central Contractor Registration (May 1999) (31 U.S.C. 3332) 52.232-22 Limitation of Funds (APR 1984) (Note: Funds currently allotted to this effort total $550,000.00). Clauses and Provisions may be obtained by accessing http://www.acquisitions.gov. CCR Requirement: A company must be registered in the Central Contractor Registration (CCR) System before an award can 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. The Defense Priorities and Allocations System (DPAS) and assigned rating are not application to this solicitation notice. Follow-On Contract Pursuant to FAR 6.302-1(a)(2)(ii), the Government reserves the right to award a follow-on contract to the successful offeror, be it by modification to the contract or award of a new contract, for additional related task orders. Offerors that fail to complete the required representations and certification, or reject the terms and conditions of the solicitation may be excluded from consideration of award. An official authorized to bind the offeror must sign the terms and conditions of the offeror. Questions regarding this notice shall be received no later than COB September 8, 2011. All responsible sources may submit an offer which if timely received, shall be considered. The offer must reference RFQ 1090231. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before September 13, 2011 by close of business (CDT) in Jefferson, Arkansas at the Food and Drug Administration, OC/OM/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-322, Jefferson, AR 72079-9501. For information regarding this solicitation, please contact Marcia Park at 870/543-7405, FAX 870/543-7990 or email Marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1090231/listing.html)
 
Place of Performance
Address: White Oak Campus, 10903 New Hampshire Avenue, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02555587-W 20110901/110831000048-5f9b90b889d98f0e8356b41f4623dc0f (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.