Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2012 FBO #3886
MODIFICATION

D -- FDA-Wide Capital Planning Investment and Control - Amendment 3

Notice Date
7/13/2012
 
Notice Type
Modification/Amendment
 
NAICS
541611 — Administrative Management and General Management Consulting Services
 
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
FDA-SOL-12-1099989
 
Archive Date
8/7/2012
 
Point of Contact
Jody L. O'Kash, Phone: 301-827-5094, Gregory A. Green, Phone: 3018277154
 
E-Mail Address
Jody.O'Kash@fda.hhs.gov, Gregory.Green@fda.hhs.gov
(Jody.O'Kash@fda.hhs.gov, Gregory.Green@fda.hhs.gov)
 
Small Business Set-Aside
Competitive 8(a)
 
Description
Revised Q&A (No. 3) Amendment 0003: The Combined / Synopsis has been amended to: 1. To further clarify the Government's definition of Project Plan and Project Schedule. A. Draft Project Plan: The Task Order Management Plan shall include the "Project Plan". Please refer to sections 4.1.1 of the Task Order SOW and Task 1 of the IDIQ SOW for information regarding the Government's expectations for the TOMP. Please note the Government is not asking for a "full blown" TOMP to avoid duplication of effort as we are also requesting a detailed task order Technical Approach that has a separate 15 page limit. B. Draft Project Schedule: Is a list of Key Deliverables and time lines provided on a Gantt Chart. This is not included in the TOMP Page Count and is a separate attachment. 2. Post revised Questions and Answers to reflect the Government's intent for Project Plan and Schedule (see 11, 45, and 42). All other terms and conditions remain the same. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the FAR part 12, 15, and 19 procedures. In order to Streamline this requirement FAR part 12 procedures were used to the maximum extent possible. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-12-1099989 and is being issued as a Request for Proposal (RFP). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-58. (iv) This solicitation is in accordance with FAR 19.805, Competitive 8a procedures and is limited to eligible 8a companies. The Small Business Administration acceptance number is 035312203018. 8a Companies with the capability to meet our requirement as defined in the Indefinite Delivery Indefinite Quantity (IDIQ) and Task Order No. 1 Statements of Work (SOW) (See Attachments) are encouraged to respond. The NAICS code is 541611, Administrative Management and General Management Consulting Services (with a focus on the Financial Management component). The small business size standard is $7.0M. The Government intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a five year ordering period. In addition to the IDIQ contract, FDA intends to simultaneously issue and award one task orders under this IDIQ. At the discretion of the Contracting Officer, the government may use a Labor Hour, Firm Fixed Price or a combination thereof for the task orders. Each Request for Task Order Proposal (RFTOP) issued under this contract will identify the Government's determination of contract type. (v) & (vi) The FDA Requires Capital Planning Investment Control Services as Describe in the Attached Documents (for a detailed description of our requirement please see Section 3.0 of Solicitation document for IDIQ SOW and RFP Attachment 1 for Task Order No. 1). (vii) PERIOD OF PERFORMANCE: 08/01/2012 - 07/30/2017 (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors -Commercial" (FEB 2012), applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. This evaluation will be conducted using a best value methodology. The Government reserves the right to establish a competitive range and award without discussions. Technical merit will more important than price in evaluating quotes (Please see RFP Attachment No. 2 for Instructions to Offerors and Evaluation Criteria) (xiv & xv) N/A (xvi & xvii) Proposals are due in accordance to the Instructions to Offerors Attachment via hand or mail delivery by Friday, July 20, 2012 at 1pm Eastern time. All other terms and conditions remain the same. (i) This is a combined synopsis/solicitation for commercial services prepared in accordance with the FAR part 12, 15, and 19 procedures. In order to Streamline this requirement FAR part 12 procedures were used to the maximum extent possible. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-12-1099989 and is being issued as a Request for Proposal (RFP). (iii) This solicitation and incorporated provisions are those in effect through Federal Acquisition Circular 2005-58. (iv) This solicitation is in accordance with FAR 19.805, Competitive 8a procedures and is limited to eligible 8a companies. The Small Business Administration acceptance number is 035312203018. 8a Companies with the capability to meet our requirement as defined in the Indefinite Delivery Indefinite Quantity (IDIQ) and Task Order No. 1 Statements of Work (SOW) (See Attachments) are encouraged to respond. The NAICS code is 541611, Administrative Management and General Management Consulting Services (with a focus on the Financial Management component). The small business size standard is $7.0M. The Government intends to issue an Indefinite Delivery Indefinite Quantity (IDIQ) Contract with a five year ordering period. In addition to the IDIQ contract, FDA intends to simultaneously issue and award one task orders under this IDIQ. At the discretion of the Contracting Officer, the government may use a Labor Hour, Firm Fixed Price or a combination thereof for the task orders. Each Request for Task Order Proposal (RFTOP) issued under this contract will identify the Government's determination of contract type. (v) & (vi) The FDA Requires Capital Planning Investment Control Services as Describe in the Attached Documents (for a detailed description of our requirement please see Section 3.0 of Solicitation document for IDIQ SOW and RFP Attachment 1 for Task Order No. 1). (vii) PERIOD OF PERFORMANCE: 08/01/2012 - 07/30/2017 (viii) The provision at FAR 52.212-1 titled, "Instructions to Offerors -Commercial" (FEB 2012), applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at FAR 52.212-2, titled, "Evaluation of Commercial Items" (JAN 1999), is applicable to this acquisition. This evaluation will be conducted using a best value methodology. The Government reserves the right to establish a competitive range and award without discussions. Technical merit will more important than price in evaluating quotes (Please see RFP Attachment No. 2 for Instructions to Offerors and Evaluation Criteria) (xiv & xv) N/A (xvi & xvii) Proposals are due in accordance to the Instructions to Offerors Attachment via hand or mail delivery by Monday, July 23, 2012 at 5pm Eastern time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-12-1099989/listing.html)
 
Place of Performance
Address: 1350 Piccard Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN02802321-W 20120715/120713234958-6a65296a5698c2025e86c95f0976d2b7 (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.