SOLICITATION NOTICE
V -- FDA Employee Shuttle Services - SF-1449
- Notice Date
- 7/14/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 485999
— All Other Transit and Ground Passenger Transportation
- 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
- 09-223-SOL-00072
- Archive Date
- 8/22/2009
- Point of Contact
- Christopher E. Cunningham, Phone: 301-827-7185, London L Johnson, Phone: 301-827-7041
- E-Mail Address
-
christopher.cunningham@fda.hhs.gov, london.johnson@fda.hhs.gov
(christopher.cunningham@fda.hhs.gov, london.johnson@fda.hhs.gov)
- Small Business Set-Aside
- 8a Competitive
- Description
- Continuation of SF-1449 SF-1449 Description This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and proposals are being requested in response to this announcement. A separate written solicitation will not be issued. THIS ACQUISITION IS A TOTAL SET-ASIDE FOR 8(a) CONCERNS. The solicitation, 09-223-SOL-00072, is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-34. The associated NAICS Code is 485999, and the Small Business Size Standard is $7.0 Million. The intended contract type is a Firm Fixed Price/Indefinite Delivery/Indefinite Quantity (IDIQ) Task Order Contract. In addition to offerors’ proposals for the Master/Base IDIQ Task Order Contract. Specific terms and conditions are provided in the attachment to this announcement. The General Services Administration (GSA) and the Food and Drug Administration (FDA) are working together to consolidate FDA at the Government-owned White Oak Federal Research Center (White Oak), located in Silver Spring, Maryland. The new buildings will centralize operations of different facilities currently located in both Rockville and Bethesda, Maryland, which support the Office of the Commissioner (OC), the Office of Regulatory Affairs (ORA), the Center for Drug Evaluation and Research (CDER), the Center for Devices and Radiological Health (CDRH), and the Center for Biologics Evaluation and Research (CBER). White Oak, a 168-acre campus, will consist of new laboratories, office buildings, and support facilities. The work required under this Firm Fixed Price Contract (herein referred to as the Master Contract) consists of FDA employee shuttle services, and individual Task Orders (ITO) may be awarded as needed on an IDIQ basis. The Contractor shall furnish all personnel, equipment, vehicles, and supplies in order to perform all work under this contract. Please note: All prospective offerors’ are responsible for monitoring FedBizOpps for any amendments and updates associated with this announcement. The following FAR clauses apply to this requisition and are provided in full text: (1) FAR 52.216-18, Ordering (OCT 1995); (2) FAR 52.216-19, Order Limitations (OCT 1995); (3) FAR 52.216-22, Indefinite Quantity (OCT 1995); (4) FAR 52.217-5 Evaluation of Options (JULY 1990); (5) FAR 52.217-8, Option to Extend Services (NOV 1999); (6) FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000); (7) FAR 52.219-11 Special 8(a) Contract Conditions (FEB 1990); (8) FAR 52.219-12 Special 8(a) Subcontract Conditions (FEB 1990); (9) FAR 52.219-18 Notification of Competition Limited to Eligible 8(a) Concerns (JUNE 2003), with Alternate for Acquisitions under FAR 19.800 (Deviation)(HHS/SBA PA – March 20, 2007); (10) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); (11) FAR 52.237-2, Protection of Government Buildings, Equipment and Vegetation (APR 1984); (12) FAR 52.212-1 Instructions to Offerors – Commercial Items (JUNE 2008); (13) FAR 52.212-2 Evaluation – Commercial Items (JAN 1999); (14) FAR 52.212-3 Offeror Representations and Certifications – Commercial Items; (15) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JUNE 2009). In accordance with FAR 52.212-5, the following FAR clauses apply to this requisition by reference: (1) FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995); (2) FAR 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003); (3) FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); (4) FAR 52.219-14, Limitations on Subcontracting (DEC 1996); (5) FAR 52.219-28, Post Award Small Business Program Rerepresentation (APR 2009); (6) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (7) FAR 52.222-26, Equal Opportunity (MAR 2007); (8) FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (9) FAR 52.222-36, Affirmative Action for Workers and Disabilities (JUN 1998); (10) FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006); (11) FAR 52.222-41, Service Contract Act of 1965, as Amended (NOV 2007); (12) FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989); (13) FAR 52.222-43, Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts) (NOV 2006); (14) FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003). The proposals for the Master Contract shall be submitted in 12 point font, limited to 25 pages (with all pages numbered 1 of _, etc.), and standard one-inch margins (Not including Resumes and Past Performance Documentation). 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. All contractors shall submit all contractor clarification questions via e-mail to Christopher E. Cunningham at the following e-mail address: Christopher.Cunningham@fda.hhs.gov no later than Noon, EST on July 28, 2009. Furthermore, all contractor proposals shall be submitted via e-mail in MS WORD format no later than Noon, EST on August 4, 2009, to Contract Specialist Christopher E. Cunningham at: Christopher.Cunningham@fda.hhs.gov. In addition, an original and two (2) copies of the offeror’s cost and technical proposals shall be received in hard copy no later than Noon, EST, on August 7, 2009, at the Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2087, Rockville, Maryland 20857-0001. For further information regarding this solicitation notice, please contact Christopher E. Cunningham via e-mail at: Christopher.Cunningham@fda.hhs.gov Point of Contact Christopher E. Cunningham, Contract Specialist, telephone: (301) 827-7185, facsimile: (301) 827-7106, e-mail: Christopher.Cunningham@fda.hhs.gov. Please send all communications via email. Alternate Point of Contact London Johnson, Contract Specialist, telephone: (301) 827-7041, facsimile: (301) 827-7106, e-mail: London.Johnson@fda.hhs.gov. Place of Performance The contract place of performance shall be the FDA White Oak Campus located at 10903 New Hampshire Avenue, Silver Spring, MD 20993, as well as the other locations specified in the Performance Based Work Statement. Preproposal Meeting/Site Visit The location of the Preproposal Meeting/Site Visit shall be at the FDA White Oak Campus Central Shared Use Bldg #2 at 10903 New Hampshire Ave, Silver Spring, MD 20993. All prospective offerors’ shall e-mail your attendance request to the Contract Specialist no later than Tuesday, July 21, 2009 by 1:00 p.m. Please limit two representatives from each prospective offeror. Please note: Schedule is subject to change Schedule for White Oak Campus Preproposal/Site Visit July 22nd 2009 10:00 AM – 11:30 AM All interested parties shall meet at 10903 New Hampshire Ave, Central Shared Use Bldg #2, Silver Spring, MD 20993 11:30 AM – 12:30 PMBreak for Lunch 1:00 PM – 3:00 PM Campus Tour
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/09-223-SOL-00072/listing.html)
- Place of Performance
- Address: 10903 New Hampshire Ave., Silver Spring, Maryland, 20993, United States
- Zip Code: 20993
- Zip Code: 20993
- Record
- SN01874575-W 20090716/090714235910-eb421fd2ab4a3844396887b82ffae839 (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 |