Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2014 FBO #4775
SOLICITATION NOTICE

X -- Freezer Services to Preserve and Store Post-Mortem Human Brains and other Biologically Relevant Material - Statement of Work

Notice Date
12/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493120 — Refrigerated Warehousing and Storage
 
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-15-65
 
Archive Date
1/13/2015
 
Point of Contact
Shaun C. Miles, Phone: 3014515042
 
E-Mail Address
shaun.miles@nih.gov
(shaun.miles@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work INTRODUCTION 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-65 and the solicitation is issued as a request for quotation (RFQ). 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, MD 20892. Point of Contact: Shaun Miles, Contract Specialist, Telephone: 301-451-5042, Email: Shaun.Miles@nih.gov ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-79, effective 15 Dec 2014. SMALL BUSINESS SET ASIDE STATUS This combined synopsis/solicitation NOT is set aside for small businesses. The associated NAICS code is 493120 - REFRIGERATED WAREHOUSING AND STORAGE - and the associated small business size standard $25.5 Million. PROVISIONS AND CLAUES INCORPORATED BY REFERENCE AND FULL TEXT The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ BACKGROUND INFORMATION The mission of the National Institute of Mental Health (NIMH) is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The Human Brain Collection Core (HBCC) of the National Institute of Mental Health (NIMH), located in Bethesda, Maryland, is collecting postmortem human brains of non-psychiatric healthy persons and brains of individuals who have been diagnosed with psychiatric illnesses, such as schizophrenia, anxiety disorders, depression, Tourette's syndrome, and drug addiction. The brains and other biological samples (hair, dura and blood) collected are necessary to be frozen at subzero temperatures to preserve the integrity of the biomarkers and other molecular signatures. PROJECT REQUIREMENTS The purpose of this potential acquisition is to store brain tissue in freezers for exclusive research purposes. Any thawing and refreezing of the tissue will ruin the integrity of the sample, renders useless for medical research purposes. The freezers and the power supply must be monitored on a 24 hours a day, 7 days a week basis in-real time, in-person, and on-site. Please see the attached statement of work for the detailed requirements. The anticipated period of performance for this acquisition is January 1, 2015 through December 31, 2015. EVALUATION CRITERIA The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is lowest price and technically acceptable. A firm fixed price purchase order is anticipated. Price will be evaluated in accordance with FAR 13.106-3(a). RESPONSE REQUIREMENTS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the service. The price quote shall include: 1.The offeror's description of services needed to achieve a technical acceptability 2.Unit Prices 3.List Price 4.Days needed to begin services after purchase order award 5.Contractor Dun & Bradstreet Number (DUNS) 6.Contractor Taxpayer Identification Number (TIN) 7.Contractor Point of Contact Information The Government constitutes a technically acceptable offer one that, at minimum, reflects the standards as indicated in the CONTRACTOR RESPONSIBILITIES and DELIVERY OR DELIVERABLES sections of the statement of work. SPECIAL REQUIREMENTS The Government sets a radius restriction on this solicitation. Offers will only be accepted from offerors located within a ten (10) mile radius of the National Institute of Health campus. In particular, the address is 10 Center Drive, Bethesda, MD, 20829. This radius restriction is due to the sensitivity of brain tissue and negative impact of rising temperatures when exceeding a radius of farther than ten (10) miles from 10 Center Drive, Bethesda, MD, 20829. All quotes must be received by 12/29/2014 at 11 AM EST and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-65. Responses must be submitted electronically to Shaun Miles at Shaun.Miles@nih.gov. Only electronic email submissions shall be accepted. Fax responses will not be accepted. For information regarding this solicitation, please contact Shaun Miles via telephone at 301-451-5042 or via email at Shaun.Miles@nih.gov. Price quotes will be due on the solicitation closing date and must be held for 90 days. Contractors responding to this solicitation are advised that, prior to award, the Government may request Contractors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Small business certification must be included in the contractor's SAM profile if the contractor is quoting as a small business.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-65/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03601044-W 20141221/141219234514-7caacbe5ddcf31ffbe3cb7266a1acf73 (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.