Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2010 FBO #3151
SOLICITATION NOTICE

J -- Maid Services

Notice Date
7/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561720 — Janitorial Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
RFQ177215
 
Archive Date
8/7/2010
 
Point of Contact
Andrea L. McGee, Phone: 3015945918
 
E-Mail Address
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6 under Simplified Acquisition procedures in Subpart 13.5 as supplemental 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 for this acquisition is RFQ177215 and is being issued as a Request for Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-43. This acquisition will be processed under Simplified Acquisition Procedures. The associated North American Industry Classification System (NAICS) Code is 561720. Background The Clinical Research Training Program (CRTP) is a mandatory residential 12-month program designed to attract the most creative, research-oriented medical and dental students to the intramural campus of the National Institutes of Health (NIH) in Bethesda, Maryland. Participants, known as fellows, spend a year engaged in a mentored clinical or translational research project. All participants are expected to live in our assigned residential housing. Fellows live adjacent to campus in furnished apartments Bethesda, Maryland. The apartments are two-bedroom, two-bathroom leased for two fellows to share, along with one-bedroom and one-bathroom apartments leased for couples. The CRTP Fellows have been living in these apartments since 1998. The apartments will need to have professional cleaning services to keep, sanitize and maintain the appearance of the apartments. The individualized program is developed for fellows, who attend clinics, see patients on the wards, and work with a principal investigator in laboratories on selected clinical research projects. Fellows are given an opportunity to learn about translational research from bench to bedside and back to bench; they attend lectures on clinical research; and they participate in an interactive, group learning experience with the members of the class and leading NIH physicians and scientists. Fellows collaborate closely with one another and with leading clinical investigators on the intramural NIH campus. The CC has been approved by the NIH Space Review Board to use Building 15D2 for on-campus housing for a new Sabbatical Program that has just been launched. The housing will be offered to those accepted into the pilot program who will be doing 2—12 month studies at the NIH. Deliverables Cleaning for 17 units and Sabbatical Program Residential Quarter Provide cleaning for all apartment units and the Sabbatical Program Residential Quarter that includes moping, washing, sanitizing, dusting, vacuuming and sweeping. Staff will have the ability to respond on a scheduled and unscheduled basis. Provide a check sheet that indicates what was cleaned and by whom. In addition, provide a sign in and sign out sheet of services rendered indicating the time in and out and by whom. Period of Performance Peek months June, July, August and September that will be scheduled on an as needed basis throughout the month. Alternate months may vary in as needed basis. This award will be for a base period of 12 months and one option year. Service Hours Monday-Friday 8:00am -5:00pm The following provisions and clauses apply: Provision Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. (End of Provision) Provisions52.212-1-Instructions to Offerors/Commercial; 52.212-2-Evaluation-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and conditions; 52.222-26 (EO 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (38 U.S.C. 4212); 52.223-6 Drug Free Workplace, 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41. 52-217-9 Option to Extend the Term of the Contract; This purchase order shall be for a basic contract period of 12 months with option to renew an additional one-year period. The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at www.arnet.gov/far. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable; 3) Dun & Bradstreet number; 4) Taxpayer ID number; 5) Catalog or Published Price Listing applicable to the service; 6) Offerors must meet specifications as noted in the synopsis. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The Government intends to make a single award based on the lowest price technical accepted offeror to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government. The Government reserves the right to make an award to that offeror whose quotation provides the best overall value to the Government. Interested offerors may submit proposals electronically only within 15 days from the posting of this notice no later than 7/23/2010 Eastern Standard Time 5:00 p.m. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications/Commercial Items with their offer. Note: Contractor must be registered with the Central Contractor Registration (www.ccr.gov). The solicitation shall include pricing for the base year and options priced separately. The Government intends to make a single award based on best value to the Government, technical and price factors considered. The anticipated award date for this requirement shall be on or before 08/6/2010. Requests for information concerning this requirement are to be addressed to Ms. Andrea McGee via email only to amcgee@cc.nih.gov no later than, _07/16/2010. Collect calls will not be accepted. No Phone Calls Please.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/RFQ177215/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02200635-W 20100711/100709234747-77e8f2a46dbb127a80c0a66d9b8a16cd (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.