Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2014 FBO #4631
SOLICITATION NOTICE

65 -- Pharmaceutical Requirement - Package #1

Notice Date
7/28/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424210 — Drugs and Druggists' Sundries Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2014-N-16634
 
Archive Date
8/16/2014
 
Point of Contact
William Chase Argo, , Christine N Godfrey,
 
E-Mail Address
uzq2@cdc.gov, cnp9@cdc.gov
(uzq2@cdc.gov, cnp9@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment A for RFP 2014-N-16634 Combined Synopsis/Solicitation for RFP 2014-N-16634 This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. The solicitation number is 2014-N-16634 and is being issued as a request for proposals (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75 (June 24, 2014). The associated North American Industrial Classification System (NAICS) code for this procurement is 424210 with a small business size standard of 100 employees. THIS IS A FULL AND OPEN COMPETITION. Offerors must be registered in the System for Award Management (SAM) at http://www.sam.gov, in order to be considered for award. This combined synopsis solicitation notice is a request for competitive proposals. This requirement is for pharmaceutical and medical/surgical supplies and may result in the award of one or more Firm Fixed Price (FFP) contracts. The term of the resulting FFP contract(s) shall be 6 months from the effective date of the awarded contract(s). A Government review of performance will be performed through Contractor Performance Assessment Reporting System (CPARS) after the end of performance. CPARS reports to the Past Performance Information Retrieval System (PPIRS) which provides timely and relevant information on Contractor performance for use in future source selections. The anticipated Period of Performance for this requirement is Date of Award thru December 31, 2014. Attachment A - RFP 2014-N-16634attached to this notice is a listing of the supplies required. The workbook outlines the NDC Codes, Quantity, Unit of Measure, Size Specifications, and Shelf Life. Line item numbers 1 and 2 are the supplies required to address the pharmaceutical requirements. Offerors are not required to propose on all line items in order to be considered for award; however, the Government will consider additional administrative costs in its price evaluation. The part numbers, where identified, are provided for specification purposes and responses may be either for the specified product or equal item. You may respond by either using the attachment or submitting your own list of products proposed. If you choose to submit your own listing of products proposed, please identify the respective CLIN and provide the requested information as identified in Attachment A - RFP 2014-N-16634. In order to be considered for award, the offeror shall be at least one of the following: 1) the manufacturer of the products, 2) an authorized distributor of the manufactured products or 3) an authorized reseller of the manufactured product. Vendors may propose on any items which they are authorized to sell. Vendors shall provide documentation that they qualify as one of the following: 1) the manufacturer of the products, 2) an authorized distributor of the manufactured products or 3) an authorized reseller of the manufactured product. Multiple awards are anticipated and will be made if in the Government's best interest after consideration of the additional administrative costs. In your response, shipping costs shall be included in the unit price. The specific delivery points will be identified later, however delivery could be anywhere within the 50 United States, US Territories and/or US Interest(s). For purposes of proposing shipping prices, the Offeror shall use a uniform cost assumption of shipping from its manufacturing facility to a destination approximately 1200 miles away. The shipping costs shall be included in the total cost of each unit price. Also see E.1.1, below. All questions/inquiries must be submitted to the contracting officer via electronic mail (e-mail) not later than 3:00 PM EST on July 30, 2014. Inquiries submitted via telephone will be re-directed to an e-mail submission. Submit offers and/or any questions to the attention of W. Chase Argo at uzq2@cdc.gov. Questions will be answered by July 31, 2014. Proposals are due on August 1, 2014 3:00 PM EST. Offerors who fail to complete and submit the requirements of this combined synopsis/solicitation may be considered non-responsive. Proposals received prior to the RFP closing date will be considered by the CDC. Late proposals will not be accepted. SECTION C- CONTRACT CLAUSES The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items. FAR 52.212-5 paragraph (a) and the following clauses in paragraph (b) are being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to this acquisition: 52.203-6, 52.204-10, 52.209-6, 52.209-7, 52.209-10, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, and 52.232-33, 52.232-40. The selected offeror must comply with the following FAR clauses, which are incorporated herein by reference: 52.242-15, 52.246-2, and 52.246-16. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/ The selected offeror must comply with the following HHSAR clauses, which are incorporated herein by reference: 352.202-1, 352.203-70, 352.222-70, and 352.242-73. The full text of the referenced HHSAR clauses may be accessed electronically at http://www.hhs.gov/regulations/. In addition, the selected offeror must comply with the following FAR and CDC local clauses incorporated herein in full text. 52.217-6 Option for Increased Quantity (MAR 1989) The Government may increase the quantity of supplies called for in the Schedule at the unit price specified. The Contracting Officer may exercise the option by written notice to the Contractor with at least 10 days advanced notice at any point during the contracts period of performance. Delivery of the added items shall continue at the same rate as the like items called for under the contract, unless the parties otherwise agree. (End of clause) CDC 42.0002 Evaluation of Contractor Performance Utilizing CPARS (April 2013) In accordance with FAR 42.15, the Centers for Disease Control and Prevention (CDC) will review and evaluate contract performance. FAR 42.1502 and 42.1503 requires agencies to prepare evaluations of contractor performance and submit them to the Past Performance Information Retrieval System (PPIRS). The CDC utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to prepare and report these contractor performance evaluations. All information contained in these assessments may be used by the Government, within the limitations of FAR 42.15, for future source selections in accordance with FAR 15.304 where past performance is an evaluation factor. The CPARS system requires a contractor representative to be assigned so that the contractor has appropriate input into the performance evaluation process. The CPARS contractor representative will be given access to CPARS and will be given the opportunity to concur or not-concur with performance evaluations before the evaluations are complete. The CPARS contractor representative will also have the opportunity to add comments to performance evaluations. The assessment is not subject to the Disputes clause of the contract, nor is it subject to appeal beyond the review and comment procedures described in the guides on the CPARS website. Refer to: www.cpars.gov for details and additional information related to CPARS, CPARS user access, how contract performance assessments are conducted, and how Contractors participate. Access and training for all persons responsible for the preparation and review of performance assessments is also available at the CPARS website. The contractor must provide the CDC contracting office with the name, e-mail address, and phone number of their designated CPARS representative who will be responsible for logging into CPARS and reviewing and commenting on performance evaluations. The contractor must maintain a current representative to serve as the contractor representative in CPARS. It is the contractor's responsibility to notify the CDC contracting office, in writing (letter or email), when their CPARS representative information needs to be changed or updated. Failure to maintain current CPARS contractor representative information will result in the loss of an opportunity to review and comment on performance evaluations. (End of Clause) SECTION D- Contract Documents D.1 Method of Delivery Unless otherwise specified by the Contracting Officer, delivery of the items other than those identified in Line Items to be furnished to the government under this contract (including invoices) shall be made by first class mail, overnight carrier or e-mail. D.2 Packaging Where applicable, packaging shall be consistent with the FDA approved labeling and packaging for this product at the time of manufacture. Additionally, see the SOW, Section D.5., for specific shipping and packaging requirements. D.3 Inspection and Acceptance D.3.1 Inspection and acceptance of the articles, services, and documentation called for herein shall be accomplished by the Contracting Officer or his duly authorized representative (who for the purposes of this contract shall be the Project Officer/COTR) at the destination of the articles, services or documentation. D.3.2 The Contractor shall only tender for acceptance those items that conform to the requirements of this contract. The Government reserves the right to inspect or test any supplies or services that have been tendered for acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming services at no increase in contract price. The Government must exercise its post-acceptance rights: (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. (End of Clause) D.4 Contractor Inspection Requirements The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) D.5 Statement of Work D.5.1 Product Requirement (s): SEE ATTACHMENT A - RFP 2014-N-16634 D.5.2 Scope of Work: The contractor must be able to provide an uninterrupted source of supply for requested Pharmaceuticals and Medical Supplies. D.5.3 Background and Need: The Center for Disease Control Procurements and Grants Office (PGO) on behalf of and as an agent of the Centers for Disease Control and Prevention (CDC), is seeking the procurement of Pharmaceuticals listed in Attachment A - RFP 2014-N-16634. D.5.4 Shipping Requirements: a. At time of delivery to the Government, the vendor shall be required to provide no less than 24 months of shelf life dating. Offeror must provide documentation to support the shelf life of your proposed products. 1) We understand not all product will have a shelf life of 24 months or greater: exceptions may be requested at the time of proposal and will be reviewed for Approval or Decline on a case by case basis. b. No Partial Case or Packages quantities will be accepted c. No Mixed Lot #'s per Case or per Packages will be accepted d. One Lot number per pallet. The last pallet will be able to contain multiple lot numbers per PO; Lots must be clearly identified. e. Lot numbers and quantities shall be included on the packing list f. All pallets are to have the identical TyHi stack pattern except for the last final pallet g. All product to be delivered on standard 48" by 40" pallet, not to exceed 60" in height, stretch wrapped and secured to pallet for safe transport. h. Full case quantities only. i. Contractor shall contact designated POC to schedule delivery appointments j. All pallets are to have the identical TyHi stack pattern except for the last final pallet k. All product to be delivered on standard 48" by 40" pallet, not to exceed 60" in height, stretch wrapped and secured to pallet for safe transport l. PLACE STORAGE REQUIREMENTS ON ALL PACKING LIST D.5.5. Delivery Schedule: Will be provided at the time of award. D.5.6. Pricing Requirements: The Contractor's proposed unit price shall include all costs associated with labor, material, transportation, and all other costs required to provide the product in the quantities and timeframes specified by the Government. D.5.7 Special Requirements: a) The products produced and stored under this contract must be FDA approved and shall be manufactured in accordance with the conditions approved by the Food and Drug Administration under appropriate patents for the medication. The current Good Manufacturing Practice regulations (cGMP's) (21CFR Parts 210 211) will be the standard to be applied for manufacturing, processing and packing of drugs. b) Products shall be TAA compliant. Waivers will be considered on a case to case basis. Preference will be given to products that are TAA compliant. The Government understands that some product listed cannot be TAA compliant. Vendors are welcome to propose both TAA compliant and non-compliant. If a vendor is proposing a TAA non-compliant product, please provide any information that may assist the Government in determining whether a waiver should be granted for that product. SECTION E- Solicitation Provisions Evaluation of Proposals for Multiple Awards In addition to other factors, proposals will be evaluated on the basis of advantages and disadvantages to the Government that might result from making more than one award (multiple awards). It is assumed, for the purpose of evaluating proposals that $1000 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation, and individual awards will be for the items or combinations of items that result in the lowest aggregate cost to the Government, including the assumed administrative costs. (End of provision) CDC42.0001 Contractor Performance Assessment Reporting System (CPARS) Requirements: In accordance with FAR 42.15, the Centers for Disease Control and Prevention (CDC) will review and evaluate contract performance. FAR 42.1502 and 42.1503 requires agencies to prepare evaluations of contractor performance and submit them to the Past Performance Information Retrieval System (PPIRS). The CDC utilizes the Department of Defense (DOD) web-based Contractor Performance Assessment Reporting System (CPARS) to prepare and report these contractor performance evaluations. All information contained in these assessments may be used by the Government, within the limitations of FAR 42.15, for future source selections in accordance with FAR 15.304 where past performance is an evaluation factor. The CPARS system requires a contractor representative to be assigned so that the contractor has appropriate input into the performance evaluation process. The CPARS contractor representative will be given access to CPARS and will be given the opportunity to concur or not-concur with performance evaluations before the evaluations are complete. The CPARS contractor representative will also have the opportunity to add comments to performance evaluations. The assessment is not subject to the Disputes clause of the contract, nor is it subject to appeal beyond the review and comment procedures described in the guides on the CPARS website. Refer to: www.cpars.gov for details and additional information related to CPARS, CPARS user access, how contract performance assessments are conducted, and how Contractors participate. Access and training for all persons responsible for the preparation and review of performance assessments is also available at the CPARS website. The contractor must provide the CDC contracting office with the name, e-mail address, and phone number of their designated CPARS representative who will be responsible for logging into CPARS and reviewing and commenting on performance evaluations. The contractor must maintain a current representative to serve as the contractor representative in CPARS. It is the contractor's responsibility to notify the CDC contracting office, in writing (letter or email), when their CPARS representative information needs to be changed or updated. Failure to maintain current CPARS contractor representative information will result in the loss of an opportunity to review and comment on performance evaluations. Provide the current CPARS representative information below. _______________________________________ PRINT OR TYPE NAME _______________________________________ EMAIL ADDRESS AND PHONE NUMBER [End of Provision] E.1 Instructions, Conditions, and Notices to Offerors E.1.1 Technical Proposal Instructions a) The Offeror shall limit the proposal for this contract to 20 single-spaced pages of text for the technical proposal. b) The technical proposals must not contain reference to cost; however, information such as packaging dimensions/specifications and substitute documentation must be referenced in the technical proposal so the Government has sufficient information to evaluate the product. Provide detailed information to support a Government determination of suitability, quality, quantity, and sizing of product. c) In addition, vendor shall provide the following in their proposal for consideration; if this documentation is not submitted, vendor may be deemed ineligible for award and/or award of particular line item(s): a. Documentation proof that you are one of the following: 1) the manufacturer of the products, 2) an authorized distributor of the manufactured products or 3) an authorized reseller of the manufactured product. (this may be a letter from the manufacturer or a statement that you are the manufacturer) b. In order to make a determination of suitability, application, quantity, product specification, product dimensions, and shelf life, the following information shall be provided to support the products you propose: i. NDC #/Part # ii. Description of Item Proposed iii. Proposed Quantity iv. Proposed Unit of Measure (UoM) v. Product's case dimensions a) Height b) Length c) Width d) Weight vi. Shelf-life Information c. If proposed product is a substitute from what was requested, the vendor must provide sufficient and clear documentation to support a brand name or equal determination. This documentation may include product information pages such as a catalog page. A submission of only the alternate NDC/Part # and description will not be sufficient. d. If proposed product is a substitute from what was requested, the vendor must provide enough documentation to support the Government's determination that the dimensions are same as requested. This documentation may include product information pages or detailed drawings of packaging. E.1.2 Business Proposal Instructions The business proposal shall not exceed 10 pages and shall reflect all cost information per proposed upon CLIN as delineated in the spreadsheet, Attachment A - RFP 2014-N-16634. All columns with light green headings allow offerors to propose respective information; however, you may choose to utilize your own listing of products proposed. For purposes of proposing shipping prices, the Offeror shall use a uniform cost assumption of shipping from its manufacturing facility to a destination approximately 1200 miles away. The shipping costs shall be included in the total cost of each unit price. E.1.3 52.233-2 Service of Protest (Sept 2006) (a) Protests, as defined in section 31.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Procurement and Grants Office (PGO) ATTN: Christine N. Godfrey Acquisition and Assistance Branch 2 University Office Park, Colgate Building 2920 Brandywine Road, Atlanta, GA 30341 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. E.1.4 Inquiries All questions/inquiries must be submitted to the contracting officer via electronic mail (e-mail) not later than 3:00 PM EST on July 30, 2014. Inquiries submitted via telephone will be re-directed to an e-mail submission. Submit offers and/or any questions to the attention of W. Chase Argo at uzq2@cdc.gov. Questions will be answered by July 31, 2014. Proposals are due on August 1, 2014 3:00 PM EST. You may submit two (2) hard copies (by mail) of your proposal to W. Chase Argo, Subject: (Company Name) Proposal to RFP# 2014-N-16634 at the address below: Procurement and Grants Office (PGO) ATTN: W. Chase Argo Acquisition and Assistance Branch 2 University Office Park, Colgate Building 2920 Brandywine Road, Atlanta, GA 30341 In addition, you must email one (1) copy of the exact same proposal files to W. Chase Argo uzq2@cdc.gov and Christine Godfrey CNP9@cdc.gov by the Closing Date in Block 10 on Page 1 of the RFP. The electronic files must be compatible with MS Office 2003 and Adobe 8.0. (End of Provision) E.2 Past Performance Evaluation Past performance information will be evaluated in the following manner: E.2.1 Each Offeror shall be evaluated on its past performance under current and prior contracts. By past performance, the Government means the Offeror's record of conforming to specifications and to standards of good workmanship; the Contractor's record of forecasting and controlling costs; the Offeror's adherence to contract schedules and terms, including the administrative aspects of performance; the Offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's business like concern for the interest of the customer and the degree of quality of deliverables and performance. E.2.2 Past performance will not be scored, but the Government's conclusions about overall quality of the Offeror's past performance will be highly influential in determining the relative merits of the Offeror's proposal and in selecting the Offeror whose proposal is considered the most advantageous/best value to the Government. E.2.3 The Government will focus on information that demonstrates quality of performance for similar services relative to the size and complexity of the procurement under consideration. E.2.4 The Government will evaluate the quality of the Offeror's past performance based on collaborated past performance evaluations included in the Offeror's proposal and/or other information obtained from references provided by the Offeror, as well as other relevant past performance information obtained from other sources known to the Government. The Government may or may not survey all contracts listed by the Offeror, and reserves the right to perform customer surveys only for those contracts deemed by the Government to be most relevant to this procurement. The information provided by the Offeror in accordance with provision "E.10 Submission of Past Performance Information" will be used by the Government to gather required past performance evaluations. E.2.5 Evaluation of past performance will be a subjective assessment based on a consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. E.2.6 The assessment of the Offeror's past performance will be used as a means of evaluating the relative capability of the Offeror and the other competitors. Thus, an Offeror with an exceptional record of relevant past performance may receive a more favorable evaluation than another whose record is acceptable and/or less relevant, even though both may have acceptable technical and business proposals. E.2.7 An Offeror without a record of past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably. E.2.8 Information provided by Offerors, as requested under Section L herein, relating to problems encountered on the identified contracts and the Offeror's corrective actions will be considered when unfavorable reports of past performance are received. If award will be made without conducting discussions, Offerors may be given the opportunity to clarify certain aspects of past performance information (e.g. relevance of an Offeror's past performance information and averse past performance which the Offeror has not previously had an opportunity to respond). Communications may be held with Offerors to obtain additional information regarding adverse past performance when required for making a competitive range determination. If discussions are held, Offerors will be given an opportunity to address unfavorable reports of past performance. Recent contracts will be examined to ensure that corrective measures have been implemented. E.2.9 Past performance will be evaluated for only those Offerors remaining in the competitive range after completion of the review of the business proposals and technical proposals. E.2.10 Evaluation of past performance information will be reflected in terms of the following degrees of performance assessment: E.2.10.1 Excellent: A significant majority of the sources of information are consistently firm in stating that the Offeror's performance was superior and that they would unhesitatingly do business with the Offeror again. Complaints are negligible or unfounded. The Offeror has no record of criminal conduct, civil fraud, or negligence, or the record is old and the Offeror has demonstrated by more recent performance that corrective action has made the likelihood of such conduct in the future highly improbably. No doubt exists that the Offeror will successfully perform the Government's requirements as stated in the RFP. E.2.10.2 Good: Most sources of information state that the Offeror's performance was good, better than average, etc., and that they would willingly do business with the Offeror again. Complaints, though perhaps well-founded, are few and relatively minor. The Offeror has no record of criminal conduct, civil fraud, or negligence, or the record is old and the Offeror has demonstrated by more recent performance that corrective action has made the likelihood of such conduct in the future highly improbable. Little doubt exists that the Offeror will successfully perform the Government's requirements as stated in the RFP. E.2.10.3 Neutral: Either no past performance history exists for the corporation, predecessor companies, key personnel, or major/critical subcontractors, or the Offeror's record of past performance was neither predominantly favorable nor unfavorable. In the latter case, sources of information are roughly divided over the quality of the Offeror's performance. While some state that they would do business with the Offeror again, others are doubtful or would not. Complaints are balanced by reports of good work. The Offeror has no record of criminal conduct, civil fraud, or negligence, or the record is old. E.2.10.4 Marginal: Many sources of information made unfavorable reports about the Offeror's performance and either express serious doubts about doing business with the Offeror again or state that they would refuse to do so. However, there are some favorable reports, and some sources of information indicate that they would do business with the Offeror again. There are many significant, serious, and well-founded complaints, but there are some reports of very good performance. The Offeror may have been indicted, pled guilty, or may have been found guilty in matters of criminal conduct, but the issues are either unresolved, relatively minor, or do not reflect a company-wide or managerial pattern of wrongdoing. The Offeror may have lost civil suits for fraud or negligence, but there is no company-wide or managerial pattern of fraudulent, negligent, or criminal conduct. Some doubt exists that the Offeror will successfully perform the Government's requirements as stated in the RFP. E.2.10.5 Poor: A significant majority of sources of information are consistently firm in stating that the Offeror's performance was entirely unsatisfactory and that they would not do business with the Offeror again under any circumstances. Customer complaints are substantial or numerous and are well founded. Or, although not debarred or suspended, the Offeror is under indictment or has been convicted of criminal conduct, or has been found civilly liable for fraud or negligence. The Offeror either has presented no persuasive evidence of having taken appropriate corrective action that will guard against such conduct in the foreseeable future, or it appears unlikely that the corrective action will be effective. Serious doubt exists that the Offeror will successfully perform the Government requirements as stated in the RFP. (End of Provision) E.3 Evaluation of Technical Proposal E.3.1 The Government will perform a qualitative technical review of proposals. The technical evaluation will be performed in accordance with the following criteria: Technical Evaluation: The technical evaluation sub-factors and evaluation criteria are as follows: Criteria Product Specifications Packaging Dimensions Shelf Life Product Specifications: Contractors are to provide brand name or equal products. If the proposed item does not have the same NDC # as the one provided, the Contract must submit enough information to allow the Government to make a determination that the substituted item is of equal specifications and quality. Failure to do so will result in vendor being ineligible for award of those Lines/CLINS. This criterion will be evaluated on a Pass/Fail basis. In order to be considered for award, the offeror must pass this criterion. Packaging Dimensions: Contractors are to provide packaging in the exact dimensions listed in the attached Excel Spreadsheet titled "Attachment A - RFP 2014-N-16634". Each item must detail UoM and packaging dimensions. The contractor must submit enough information to in order to allow the Government to make a determination that the product proposed will fit in the defined specifcations. This criterion will be evaluated on a Pass/Fail basis. In order to be considered for award, the offeror must pass this criterion. Shelf Life Information: Contractors are to provide the requested shelf life information of the products they are proposing on. That information is to include at a minimum a shelf life description and the proposed shelf life. The contractor must submit enough information to in order to allow the Government to make a determination that the product proposed will meet the requirements identified in D.5.4.a. This criterion will be evaluated on a Pass/Fail basis. In order to be considered for award, the offeror must pass this criterion. E.4.3 Relationship between Cost or Price and Technical Strength Offerors are advised that in proposal evaluation, paramount consideration shall be given to cost rather than technical after consideration of the pass/fail factors. Furthermore, price will be evaluated on the basis of price reasonableness. The contract(s) shall be awarded to the vendor(s) whose proposal (technical and business) is determined to be the most advantageous and the best value to the Government, price and other factors (identified in section E.3.1) considered. E.4 Evaluation of Business Proposal E.4.1 The Government will evaluate the Offeror's proposed prices to include all lines to determine price reasonableness for proposed products. E.4.2 The Contracting Officer shall assume, for the purpose of making multiple awards, that $1,000 would be the administrative cost to the Government for issuing and administrating each contract awarded under this solicitation. Individual awards shall be for the items or combination of items that result in the lowest aggregate cost to the Government, including the assumed administration costs. E.4.3 A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful Offeror within the time for acceptance specified in the offer shall result in a binding contract without further action by either party. Before the Offeror's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2014-N-16634/listing.html)
 
Record
SN03440435-W 20140730/140728235233-402a787dda3d2e77053a64e298c694a8 (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.