SOLICITATION NOTICE
66 -- Battery Replacement for G8000 225kva UPS Typeform
- Notice Date
- 7/28/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA(SSSA)-CSS-14-419
- Archive Date
- 8/19/2014
- Point of Contact
- Jasmine D Snoddy, Phone: 301 594 1571
- E-Mail Address
-
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Requisition: 3401129 Title: Battery Replacement for G8000 225kva UPS Typeform a) 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. b) The solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-419 and the solicitation is issued as a request for proposal (RFP). This acquisition is for commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. c) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, dated July 1, 2014. d) A notice regarding any set-aside restrictions, the associated NAICS code 334516-Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. e) Battery Replacement for G8000 225kva UPS Typeform f) NIA maintain and operate a 3 Tesla clinical MRI scanner providing support for proton and heteronuclear magnetic resonance imaging (MRI) and spectroscopy (MRS) studies. These efforts encompass major areas of clinical research in IRP laboratories with special focus on musculoskeletal, cardiology, neurology, and endocrinology. The core program was established in 2012 to support the experimental goals of intramural investigators and their collaborators. g) The uninterrupted power supply (UPS) in the MRI Facility for Translational Research is an essential piece of equipment that provides battery backup power to critical components of the MRI equipment. Without it, various components (e.g. MRI cryo compressor) are at risk of loos of function during a power outage, potentially causing substantial and extensive damage to the MRI equipment. Replacement of the batteries within the UPS equipment is recommended for this year as it marks the fifth year of operation with the existing batteries; this is recommended by the vendor in order to insure reliable operation. h) The provisions at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition i) The provision at FAR Clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. a. 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, price and other factors considered. Technical and past performance when combined is more important when compared to price. The following factors shall be used to evaluate offers: i. Ability to meet technical requirements (55 points) ii. Price (45 points) b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. c. The provision at FAR clause at 52.212-1-3, Offer Representations and Certifications-Commercial Items, applies to this acquisition. d. FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. e. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. f. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. g. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. h. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms; F.O.B. Point (Destination or Origin); product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. i. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. j. All responses must be received by August 4, 2014, 3:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-CSS-14-419. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist at Snoddyj@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention Jasmine Snoddy. Fax responses will be accepted at (301) 480-1358. k. The name and telephone number of the individual to contact for information regarding the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-419/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03440551-W 20140730/140728235332-ec455f5a0de584f3c2489b9e964b483b (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 |