FDA San Juan Operations and Maintenance Facility Services
ID: 75F40123Q00016Type: Combined Synopsis/Solicitation
Overview

Buyer

HEALTH AND HUMAN SERVICES, DEPARTMENT OFFOOD AND DRUG ADMINISTRATIONFDA OFFICE OF ACQ GRANT SVCSBeltsville, MD, 20705, USA

PSC

MAINTENANCE OF OFFICE BUILDINGS (Z1AA)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Aug 31, 2023 10:53 PM
  2. 2
    Updated Oct 10, 2023 4:13 PM
  3. 3
    Due Oct 20, 2023 2:00 PM
Description

The Department of Health and Human Services, specifically the Food and Drug Administration (FDA), is seeking services for the operations and maintenance of their facility located in San Juan, Puerto Rico. This includes custodial and grounds maintenance for buildings, structures, equipment, lawn, and grounds. The contract will be a Single Award Indefinite-Delivery/Indefinite Quantity (IDIQ) Task Order oriented contract, with a base period of three months and four one-year option periods. The services will be procured through a Request for Proposal (RFP) process, with the solicitation number 75F40123Q00016. The solicitation is set aside for small businesses, and the NAICS code for this procurement is 561210. Prospective offerors are responsible for downloading the solicitation and any amendments from SAM.gov. The government reserves the right to award an order without discussions if the initial offer provides the best value. For more details, please refer to the complete Request for Proposal.

Files
Title
Posted
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
3/26/2024
Lifecycle
Title
Type
Combined Synopsis/Solicitation
Similar Opportunities
Groceries for 634th (17 Aug 2024)
Active
Dept Of Defense
The Department of Defense requires a one-time delivery of groceries to the Camp Santiago Joint Training Center in Salinas, Puerto Rico, for the 634th's annual training. The solicitation document, provisions, and clauses follow the Federal Acquisition Circular 2005-95. This is a combined synopsis and solicitation for commercial items. The contract will be awarded as a Firm Fixed Price contract under Simplified Acquisition Procedures. Relevant NAICS and PSC codes are provided, along with the set-aside information: it is a 100% small business set-aside. The scope of work involves delivering the specified groceries to the Camp in one cycle. The quotation table, which has been corrected in a recent amendment, outlines the required quantities and units of measure. To be eligible, applicants must hold the necessary certifications to operate within the food manufacturing industry, specifically within the special dietary foods sector. Companies must be registered in the System for Award Management (SAM) and adhere to the requirements outlined in the Federal Acquisition Regulations (FAR) and Defense Federal Acquisition Regulations Supplement (DFARS). Funding for this requirement is estimated at $65,000 to $85,000. Quotes must be submitted by email before the deadline on August 5, 2024, at 4:00 pm local time. Late quotes will not be accepted. Award will be determined based on the lowest price and compliance with the solicitation's requirements. For clarification or questions, contractors can contact SFC Maria Ruiz Perez or CPT Argenies Gonzalez Garcia via email or phone using the details provided in the solicitation document.
Preventative Maintenance service agreement for a ImageXpress Confocal HT.ai High-Content Imaging System
Active
Health And Human Services, Department Of
The U.S. Food and Drug Administration (FDA) is seeking to award a federal contract for a preventative maintenance service agreement regarding the ImageXpress Confocal HT.ai High-Content Imaging System. This equipment is crucial for the Center for Food Safety and Applied Nutrition (CFSAN). The FDA intends to award the contract to Molecular Devices LLC, the equipment's original manufacturer, due to their proprietary access to parts, software, and certified technicians. However, the agency is legally required to explore potential alternatives. The scope of work involves a 12-month service agreement with three 12-month optional extensions. The successful awardee will ensure the maintenance and repair of the imaging system and must be able to connect and interface with existing FDA systems. To be considered, applicants must register on the System for Award Management (SAM.gov) and provide the following business information: Unique Entity Identification (UEI) Number, company name and address, primary contact details, and their SAM.gov validated company type. Responses must be submitted to the Contract Specialist, Iris Johnson, by 12:00 PM EST on Friday, August 2, 2024, via email. Eligible applicants should be able to demonstrate their ability to meet the FDA's requirements and provide compatible services. The agency will evaluate responses based on the completeness and capability to meet their needs. For any clarification or further details, interested parties can contact Iris Johnson at Iris.Johnson1@fda.hhs.gov or Sheneil Green at Sheneil.Green@fda.hhs.gov.
Real Property Title Evidence, Insurance, and Closing Services for Commonwealth of Puerto Rico
Active
Dept Of Defense
Presolicitation notice from the Department of Defense, specifically the Department of the Army, for Real Property Title Evidence, Insurance, and Closing Services in the Commonwealth of Puerto Rico. This service is typically used to support the Rio Puerto Nuevo Flood Control Project (Ct 1) Land Acquisitions. The contract will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with an ordering period of three years. The total contract period will also be three years. The contract will be a Firm Fixed Price, Commercial Service type contract with a not-to-exceed amount of $500,000.00. The contract will be awarded to the offeror whose quote is evaluated as the most advantageous to the Government, considering factors such as past performance, professionally trained for type of work, capacity to accomplish the work in the required time, location in the general geographical area of the project, and cost/price. The solicitation documents will be available on or about June 20, 2022, on the SAM.gov website. Offerors must be registered in the System for Award Management (SAM) and the Procurement Integrated Enterprise Environment (PIEE) system to be eligible for contract award. This procurement is a 100% Small Business set-aside. For more information, contact Katrina Chapman at katrina.l.chapman@usace.army.mil.
San Jacinto District Office Janitorial Services
Active
Agriculture, Department Of
The US Department of Agriculture, Forest Service is seeking custodial services for its San Jacinto District Office located in Idyllwild, California. The primary goal is to maintain a clean and hygienic office environment at the San Bernardino National Forest, San Jacinto Ranger District. ## Scope of Work The successful awardee will be responsible for routine and periodic janitorial work, including tasks such as cleaning floors, dusting, trash removal, and maintaining the overall cleanliness of the office. The specific deliverables include: - Vacuuming and mopping of hard floor surfaces - Carpet cleaning and maintenance - Dusting of furniture, fixtures, and equipment - Cleaning and sanitizing restrooms - Trash collection and recycling - Other related tasks as required ## Eligibility Criteria Prospective applicants should possess experience and expertise in providing janitorial services, with a focus on office environments. The ability to comply with safety and security requirements is essential. As this is a Small Business Set-Aside, only small businesses are eligible to apply. ## Funding and Contract Details The estimated funding available for this contract is $400,000 to $450,000. The contract type is a firm-fixed price, and the performance period is expected to be one year with the possibility of extension. ## Submission Process Interested parties should submit their offers by the deadline stated in the solicitation. The submission must include a detailed proposal outlining their ability to meet the required services, along with any necessary supporting documents. Electronic submissions are preferred. ## Evaluation Criteria The evaluation of offers will be based on the following criteria: - Past performance record (30%) - Technical merit and capability to perform the required services (30%) - Price (20%) - Small Business Participation (20%) Award will be made to the responsible offeror whose offer is most advantageous to the government, with price and other factors considered. ## Contact Information For clarification or further information, interested parties can contact Michael Johnson at michael.c.johnson@usda.gov.
Zeiss Arivis Vision4D Service Maintenance Agreement
Active
Health And Human Services, Department Of
The Food and Drug Administration (FDA) is seeking maintenance and support services for its Arivis Vision4D system, a specialized piece of software used for advanced visualization and analysis. The primary goal is to ensure the system's optimal performance and efficiency, entitling the FDA to repairs, updates, and upgrades along with access to timely technical support. The agency aims to establish a service agreement for a base period of 12 months, with two additional optional years, to keep its software up-to-date and running smoothly. The scope of work for the awardee will involve providing a comprehensive maintenance and support service, including regular system checks, issue resolution, and software updates. The successful vendor will ensure a responsive technical support service, promptly attending to any FDA queries or problems. Eligible applicants for this opportunity should possess extensive experience and expertise in software maintenance and support, with a track record of successful project delivery. The FDA seeks a vendor who can demonstrate a deep understanding of the Arivis Vision4D system and its intricacies. Funding for this contract is estimated at $60,000-$80,000 for the base period, with the potential for higher values if the two option years are exercised. The contract will likely be awarded as a Firm-Fixed-Price (FFP) agreement. Interested parties should submit their applications by the specified deadline, including a detailed capability statement showcasing their relevant experience and approach. The FDA encourages applicants to highlight their technical expertise, past successful projects, and proposed maintenance strategies. The winning application will be determined based on a comprehensive evaluation of the applicant's expertise, past performance, and proposed terms. The FDA reserves the right to award the contract to the vendor offering the most advantageous terms. For any clarifications or questions, interested individuals or organizations should contact Jada Scott by email at jada.scott@fda.hhs.gov. This is a great opportunity for a skilled vendor to partner with the FDA and ensure the reliability of its specialized software infrastructure.