Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2017 FBO #5732
SOLICITATION NOTICE

99 -- Human Serum Albumin - SOW, Provisions & Clauses

Notice Date
8/1/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-17-RQ-0559
 
Archive Date
8/25/2017
 
Point of Contact
DENNIS R. BAILEY, Phone: 3019756219
 
E-Mail Address
dennis.bailey@nist.gov
(dennis.bailey@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
RFQ Attachment 2 - Applicable Provisions and Clauses RFQ Attachment 1 - Statement of Work This is a formal request for quotation (RFQ) pursuant to the attached Statement of Work (SOW) for a firm-fixed-price award for 15N-labeled Recombinant Human Serum Albumin. This RFQ is issued under the authority of FAR Part 13. The RFQ reference number for this request is SB1341-17-RQ-0559. The NAICS code applicable to this procurement is 325414 with a small business size standard of 1,250 employees. This solicitation is issued unrestricted (it is not a small business set-aside). QUOTE SUBMISSION REQUIREMENTS To be considered for award, the contractor shall submit a quotation by August 10, 2017 at 3:00 P.M. Eastern Standard Time (US) to dennis.bailey@nist.gov, which, at a minimum, shall include the following: 1. A technical quotation containing quoter's technical approach to fulfilling each of the specific requirements of the SOW. 2. Experience: Proof of quoter's technical background, experience, and qualifications demonstrating successful performance for production of a 15N-labeled recombinant human serum albumin (15N-rHSA) material. 3. Past performance documentation which is defined as references (name, organization, contact information, contract number, awarded price, final contract price at completion, contract type, and period of performance) of recent (within the last three years) and relevant (production of a 15N-labeled recombinant human serum albumin) for federal, state, or local governments, not-for-profit or commercial customers. 4. A firm fixed-price quotation encompassing all requirements set forth in this solicitation and F.O.B. DESTINATION shipping. F.O.B. shipping must be contemplated in the quote to be deemed acceptable for award. 5. If the quoter objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Quoter shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the quoter to identify in their quote any exceptions to the terms and conditions of the solicitation. If the quoter does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the quoter's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. Except as set forth above in this paragraph 3, Contractor's shall not otherwise supply additional or differing commercial or non-commercial terms and conditions with its quotation. The Government's terms and conditions shall prevail and quotations in violation of this paragraph may be deemed non-responsive and not considered further for award. 6. The DUNS number for the quoter's active System for Award Management (SAM) registration, if so registered. 7. A completed version of all required solicitation provisions (see attached "Applicable Provisions and Clauses" - required submissions highlighted in blue). The clauses contained in that document will be incorporated into the resultant purchase order. 8. A size limitation of BOTH 10MB AND 50 pages applies to submitted quotes (excluding the applicable provisions and clauses attachment). Submissions in excess of either of these limitations may not be considered. All questions regarding this notice must be submitted via e-mail to dennis.bailey@nist.gov by 8:00 AM EST on August 7, 2017. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. Note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made, if at all, to the responsible offeror whose offer conforming to the requirements of the solicitation represents the best value to the Government considering the Government's evaluation of the following factors: (1) Technical Approach, (2) Corporate Experience, (3) Past Performance and (4) Price. The above evaluation factors are in order of most important (Technical Approach) to least important (Price). All evaluation factors other than price combined are significantly more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. 1. Technical Approach: The Government will evaluate the offeror's technical approach to determine the extent of its understanding of the requirements; the ability of the proposed technical approach to successfully meet the requirements set forth in the solicitation. The Government will evaluate the proposed technical approach for ensuring work quality and timely response times, and any risks associated with the offeror's completion of the required fill finish. 2. Corporate Experience: Evaluation of corporate experience will be evaluated to determine the extent to which the offeror's technical background, experience, and qualifications demonstrate successful performance for production of a 15N-labeled recombinant human serum albumin (15N-rHSA) material. 3. Past Performance: The Government will evaluate the Offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness and ability to control cost and schedule of past work, and the extent to which the offeror has performed work of a similar type, magnitude and complexity. The Government will assign a neutral rating to offerors with no relevant past performance. The Government reserves the right to consider data obtained from sources other than those described by the Offeror in its proposal. 4. Price: The proposed price will be evaluated but not scored. The price evaluation will determine whether the proposed prices are fair and reasonable in relation to the solicitation requirements. Proposed prices shall be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relations to the other factors on which selections is to be based. The Contracting Officer may, if necessary, request revised quotation(s) prior to award. Attachments: 1. Statement of Work 2. Applicable Provisions and Clauses
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-17-RQ-0559/listing.html)
 
Record
SN04607316-W 20170803/170801232527-1687c6acec9ad065d3fc1ff35e04dad4 (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.