Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 01, 2015 FBO #4906
SOLICITATION NOTICE

66 -- Replacement Components for RML Scientific Equipment - Bill of Materials

Notice Date
4/29/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-5-15007
 
Archive Date
5/28/2015
 
Point of Contact
Tamara K. McDermott, Phone: 240-669-2367
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 FAR 52.203-98 & 52.203-99 Bill of Materials This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis under the authority of 41 United States Code (U.S.C) 1901(e)(2) as implemented by FAR 13.106-1(b). The proposed source is Mountain West Medical & Laboratory, Inc., 3885 US Highway 93 N, Stevensville, MT 59870-6526. The purchase is a follow-on action for replacement components on autoclaves, cage washer, and bottle washers at Rocky Mountain Laboratories (RML) detailed in the attached Bill of Materials. Mountain West Medical currently provides the on-site preventative maintenance and emergency repairs to this equipment under an existing service contract. As this service need is critical, Mountain West Medical is the one source responsible for currently providing the components and maintenance of this equipment. This follow-on order with the existing contractor allows for the most effective use of resources. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-5-15007. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-81 effective April 10, 2015. The North American Industry Classification System (NAICS) code for this procurement is 811219 with a small business size standard of $20.5 Million. This requirement is not set aside for small business. FOB Point shall be Destination; Hamilton, MT 59840. Award will be based on the capability of the item offered to meet the technical specifications, past performance, price, and the best value to the government. Technical specifications include: RFQ and BOM specifications, delivery, and warranty. Non-price factors are more important than price. The following FAR provisions and clauses will be incorporated by reference: 52.212-1 Instructions to Offerors - Commercial Items (April 2014) 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items 52.212-4 Contract Terms and Conditions - Commercial Items (Dec 2014) The following HHSAR clauses will be incorporated by reference: 352.222-70 Contractor cooperation in equal employment opportunity investigations (January 2010) The following additional FAR provisions and clauses are applicable to this requirement and provided in full text (see attachments): FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (FEB 2015 and DEVIATION 2015-02); FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (FEB 2015 and DEVIATION 2015-02); 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Apr 2015) Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html and http://www.hhs.gov/regulations/hhsar/ or, upon request, either by telephone or fax. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). This is an open-market combined Notice of Intent for Replacement Components for RML Scientific Equipment as defined herein. The government intends to award a firm, fixed priced purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 3:00 PM EST, May 13, 2015. Offers may be mailed, e-mailed or faxed to Tamara McDermott, Mail: DHHS/NIH/NIAID/Office of Acquisitions, Attn: Tamara McDermott, MSC 9822, 5601 Fishers Lane, Rm 3B20, Bethesda, MD 20892-9822; Fax: 240-627-3150, Email: tamara.mcdermott@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Tamara McDermott tamara.mcdermott@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-5-15007/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59870, United States
Zip Code: 59870
 
Record
SN03714977-W 20150501/150429235744-3a6d9aa9fc857bc15e531a4709aa51d8 (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.