Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 10, 2017 FBO #5739
SOLICITATION NOTICE

49 -- NINDS Service Agreement for Mosquito Crystallization Robots - Combined Synopsis Solicitation 4605956

Notice Date
8/8/2017
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-506
 
Archive Date
8/30/2017
 
Point of Contact
Danielle R. Brown, Phone: 301 480 2385
 
E-Mail Address
danielle.brown2@nih.gov
(danielle.brown2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation 4605956 - NINDS Service Agreement for Mosquito Crystallization Robots NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Solicitation Number: HHS-NIH-NIDA-SSSA-CSS-17-506 Title: NINDS Service Agreement for Mosquito Crystallization Robots (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-506 and the solicitation is issued as a request for quote. (iii) 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to TTP Labtech, LLC. Melbourn Science Park, Melbourn Royston, SG86EE, Great Britain. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is only TTP Platinum is capable of providing the necessary maintenance support service because the equipment requiring maintenance is proprietary to this company, the original equipment manufacturer. TTP Platinum does not authorize any other contractors to perform this work. Use of any other contractor would void equipment warranties and jeopardize system functionality. This equipment is used for research purposes and non-functional equipment or inappropriately calibrated equipment would void data standardization and irreparably damage NINDS CBBU research data. TTP Platinum provides remote and on-site technical support during the warranty period. For these many reasons, TTP Platinum is the only contractor capable of meeting the needs of this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95-1, dated January 13, 2017. (iv) The associated NAICS code 334516 - Analytical Laboratory Euipment Manufacturing and the small business size standard is 1,000 employees. This requirement is single-sole source, including brand-name, other than full and open competition. (v) The contractor will provide Maintenance and Repairs to Mosquito Crystallization Robots because the robots are a criticoal component of carrying out the NINDS mission. A service agreement allows for quick repair, if needed and regular maintenance work to ensure continued use of the equipment which is required to perform at peak manufacturer's standards. (vi) Period of Performance: The period of performance shall consist of one base year and four (4) subsequent year-long optional periods of performance: Base Year:September 1, 2017 - August 31, 2018 Option Year 1:September 1, 2018 - August 31, 2019 Option Year 2:September 1, 2019 - August 31, 2020 Option Year 3: September 1, 2020 - August 31, 2021 Option Year 4:September 1, 2021 - August 31, 2022 (vii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii)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. The following factors shall be used to evaluate offers: (1) Technical Approach; and (2) Past Performance. Technical and past performance when combined are more important than the cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (x) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. FAR clauses at 52.209-10, 52.233-3, and 52.233-4, Prohibition on Contracting with Inverted domestic Corporations, Protest After Award, and Applicable Law for Breach of Contract Claim, respectively, appy to this acquisition. (xii) There are no additional contract requirement(s) or tems and conditions applicable to this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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." All responses must be received by Tuesday, August 15, 2017 at 12PM, Eastern Standard Time, and reference number HHS-NIH-NIDA-SSSA-CSS-17-506. Responses may be submitted electronically to Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov. Fax responses will not be accepted. (xv) Please contact Danielle R. Brown, Contract Specialist, at Danielle.brown2@nih.gov or (301) 594-1928 with any questions.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-506/listing.html)
 
Place of Performance
Address: 35 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04617276-W 20170810/170808231910-d43fca2f17792707bdc484f31fb0fc3c (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.