SOLICITATION NOTICE
B -- Feasibility and Potential Impact of Birth Cohort-Based Hepatitis C Screening - Statement of Work
- Notice Date
- 7/2/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 622110
— General Medical and Surgical Hospitals
- 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
- 2009-N-11462
- Point of Contact
- Sharon R Cunningham, Phone: 404-639-8240, Julio E Lopez, Phone: 404-639-6401
- E-Mail Address
-
cux0@cdc.gov, ftg4@cdc.gov
(cux0@cdc.gov, ftg4@cdc.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work 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. Solicitation No. 2009-N-11462 is issued as a request for proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 29. This procurement is to be competed under full and open competition. The associated NAICS code and small business size standard are 622110 and $34.5 Million. The total period of performance under this contract shall be 12 months from date of award. The Statement of Work is being included as an attachement to this notice. The following FAR provision and addenda apply: 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. Notwithstanding Clause 52.212-1, Offerors are required to submit their proposals electronically (via e-mail) in MS Word or MS Excel files to cux0@cdc.gov. The following format is required as e-mail subject: The Solicitation No: 2009-N-11462 KT.doc or xls (Where "2009-N-11462" is the respective RFP or Solicitation No. and "KT" are the first two letters of the respective Contractor's name; and ".doc" and ".xls" are the format extensions.) Further, Proposals shall be submitted in two severable parts: Part I, Technical Proposal, and Part II, the Business Proposal. Offerors are responsible for providing accurate and complete information for evaluation. (Failure to do so may rule the quote unacceptable.) Part I: The Technical Proposal: The following information is required for technical evaluation: 1. Institutional Capacity/Technical Competence: Demonstrated understanding of the purpose, need, and requirements of the Statement of Work 2. Technical Approach: Soundness, innovativeness and efficiency of proposed technical approach. 3. Personnel: Depth and breadth of relevent experience of proposed personnel. 4. Corporate Experience: Quality of relevant (similar in size, scope, complexity and subject matter) experience. Part II: The Business Proposal: Offerors shall provide the price of each deliverable or subtask. Provision 52.212-2, Evaluation-Commercial Items, and the fee following evaluation factors listed apply: Institutional Capacity/Technical Competence, Technical Approach, and Personnel, and Corporate Experience. Price is an important factor for award, but the non-price factors when combined are more important than Price. CDC reserves the right to award the contract to an offeror who may not be the lowest in price. Offerors shall be registered with CCR Central Contractor Registration (CCR), in accordance with subparagraph (t) of Clause 52.212-4 of this solicitation, to be eligible for award. Offerors shall also complete the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. In addition, Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. All FAR clauses and provisions can be obtained at http://www.arnet.gov/far/loadmainre.html. The Defense Priorities and Allocations System (DPAS) does not apply. Electronic proposals are due by 2:00 PM(EST), August 3, 2009, at the following e-mail address: cux0@cdc.gov. Facsimile proposals are not authorized. Technical inquiries shall be e-mailed by June 16, 2009 to cux0@cdc.gov. Telephone inquiries will not be honored. Proposals received after the time and date set for receipt will not be considered for award. *****
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2009-N-11462/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN01864643-W 20090704/090703001042-3f01067a1001997f540f468edd97e0c9 (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 |