Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 14, 2018 FBO #5927
SOLICITATION NOTICE

66 -- Polycarbonate Enrichment Tunnels for Research Rodents - FAR 52.212-5 Contract Terms and Conditions - FAR 52.212-3 Reps and Certs - ATTACHMENT 2: PRICE QUOTE TEMPLATE - ATTACHMENT 1: EVALUATION CRITERIA

Notice Date
2/12/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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
NIH-NIDA-CSS-18-4813435
 
Archive Date
3/23/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Evaluation Criteria ATTACHMENT 2: PRICE QUOTE TEMPLATE FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items APPLICABLE CLAUSES Title: Polycarbonate Enrichment Tunnels for Research Rodents 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. The solicitation number is NIH-NIDA-CSS-18-4813435 and the solicitation is issued as a request for quotation (RFQ). 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 expected to exceed the simplified acquisition threshold. The associated NAICS code is 326199, "All Other Plastics Product Manufacturing" and the small business size standard is 750 employees or fewer. This acquisition is pursued as a Total Small Business Set-Aside and is set-aside exclusively for small business concerns in accordance with the NAICS code and associated small business size standard indicated above. Contract Type: An Indefinite Delivery/Indefinite Quantity type contract with firm-fixed price Delivery Orders is contemplated for this requirement. There will be a base ordering period of one-year with four (4) successive 12-month Term Options for a total possible ordering period of five years. The guaranteed minimum order quantity, constituting the initial order, will be 20,000 mouse enrichment tunnels and 938 rat enrichment tunnels. Maximum ordering quantity for the entire potential five-year ordering period will be 50,000 mouse enrichment tunnels and 2,372 rat enrichment tunnels. Statement of Need and Purpose : The purpose of this acquisition is to aquire two (2) sizes of polycarbonate tunnels that are tailored to research protocol specifications for the NINDS rodent colonies housed in NIH Buildings 35, and 10 ACRF. Product quality, particularly size, color, and material, are considered imperative. Anticipated contract will be an Indefinite Delivery/Indefinite Quantity-type contract with a 12-month (one year) base ordering period and four successive 12-month (one year) term option ordering periods (total possible ordering period of 5 years). Background Information and Objective : The Animal Health Care Section (AHCS) of the National Institute of Neurological Disorders and Stroke (NINDS) is tasked with veterinary care, management and oversight responsibilities for rodent colonies in the NIH Building 35 Shared Animal Facility. Rodents housed in this vivarium are utilized in animal study protocols belonging to eight (8) NIH Institutes and Centers. Two sizes of polycarbonate tunnels (one sized for mice and one sized for rats) are required fixtures within the cage habitat. These tunnels will assist in maintaining consistent health, welfare and environmental enrichment for the mice and rats that are utilized in numerous animal study protocols. Generic Name of Product : Polycarbonate enrichment tunnels for small animals (mouse and rat) Purchase Description : (1) Trade name: N/A (2) Product's brand name: Mouse Tunnels and Rat Tunnels (or equivalent) (3) Manufacturer's name: Bio-Serv; Flemington, NJ (or equivalent) (4) Catalog number: Mouse Tunnel - K3486; Rat Tunnel - K3326 Salient characteristics Contractor shall provide two sizes of polycarbonate tunnels for the NINDS AHCS rodent colonies enrichment as follows: •Mouse tunnels shall be extruded and cut to the following dimensions: Length: 4.00" Inside Diameter: 1-9/16" (1.5625") Outside Diameter: 1-13/16" (1.8125") Wall Thickness: 0.125" •Rat tunnels shall be extruded and cut to the following dimensions: Length: 6.00" Inside Diameter: 3.00" Outside Diameter: 3-1/4" (3.25") Wall Thickness: 0.125" •Tunnels shall be manufactured (extruded) from virgin, high-temperature polycarbonate. •Tunnels shall be manufactured with an amber tint. The amber tint shall be light enough to permit visualization of the animals within the tubes without having to open the cage, but be dark enough that the animals perceive the space within the tube to be slightly dimmer than the surrounding cage. •Tunnels shall be transparent so that rodents residing inside the tunnels are visible during observation periods. •Tunnels shall be manufactured with minimal surface ridges in order to reduce light distortion •Tunnels shall not visually distort size or image of observed rodents nesting inside the tunnels. •Tunnels shall be smooth-cut to length and shall be cut square with the length •Tunnels shall be manufactured so that there are no cracks, crevices, or sharp edges. •Tunnels must be odorless, and nonhazardous to humans and rodents Quantity : The estimated quantities that the Government may order for the Base Year and each Option Year are detailed below. The Guaranteed Minimum order quantity, to be ordered upon award of the IDIQ contract, is 20,000 mouse tunnels and 938 rat tunnels. The Estimated Minimum Quantities listed for each Option Year is an estimate only and is not guaranteed regardless of whether or not the option period is exercised. Contract Year Product Estimated Estimated Description Minimum Maximum Quantity Quantity Base Year Mouse Tunnel 20,000 25,000 Rat Tunnel 938 1,172 Option Year 1 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 2 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 3 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 Option Year 4 Mouse Tunnel 400 6,250 Rat Tunnel 100 300 5 Year Subtotals: Mouse Tunnel 21,600 50,000 Rat Tunnel 1,338 2,372 Totals: 22,938 52,372 Delivery : Contractor shall coordinate and deliver polycarbonate tunnels to the government within four (4) weeks after receipt of a Delivery Order. Delivery Orders issued under this contract shall be placed in writing or via electronic mail (e-mail) by the government. Mouse polycarbonate tunnels and rat polycarbonate tunnels must be boxed separately and clearly marked as to the box content and quantity per box. All polycarbonate tunnels must be packaged (boxed) to ensure the integrity of the product through the delivery and receiving process. All deliveries (carboard cartons) shall be palletized on commercially available, standard-sized pallets. Pallets must be made of a plastic, non-porous material in order to remain compliant with government disinfection and storage requirements. Each pallet shall be shrink-wrapped to assure product integrity, safety and ease in proper handling. All orders shall be delivered to: Building 35 Animal Facility Loading Dock, 35 Convent Dr., Bethesda, MD 20892. All scheduled deliveries shall be made to the specified delivery point between the hours of 8:00 AM and 2:00 PM Monday thru Friday (excluding Federal Holidays). Delivery trucks arriving after 2:00 pm may be refused. The Contractor shall be responsible for rescheduling a new delivery date with the government and shall be responsible for any fuel or other surcharges associated with a refused delivery. Inspection and Acceptance: Contractor will be responsible for replacing, at no additional charge to the government, any tunnels that are defective due to the manufacturing process, or any tunnels deemed by the government to substantially deviate from the specifications and dimensions listed above. The contractor will also be responsible for replacing, at no additional charge to the government, any tunnels that are damaged or compromised during shipping and receiving, if the damage is deemed to be a result of insufficient packaging methods utilized by the contractor. All tube shipments shall be delivered to the Building 35 Animal Facility Loading dock and be inspected for the following concerns or issues: a)Wetness, water damage or water marks b)Punctures, rips or open boxes c)Ensure the overall package is intact If any of the concerns or issues listed above are noted in a delivery, the loading dock staff member (LDSM) must report the findings immediately to the administrative technician (AT) and the project/facility manager (P/FM). The NINDS COR will contact the contractor to let them know what was found and to see if product replacement is warranted. The LDSM must match the Supply Inventory Ordering Form (SIOF) to the orders that arrived and write the date of receipt on the SIOF in the "Date / Amount Received" section. Once every supply has been received, the LDSM must stamp, sign and date the packing slips and hand it to the AT following internal standard operating procedures. Period of Performance : The period of performance shall be for one (1) base year from date of award, with up to four (4) successive option years (total potential period of performance of five years). Option(s) : A minimum number of polycarbonate tunnels are required in the base year. Additional tunnels may be purchased at Government discretion. See the table in the section above that estimates the minimum and maximum quantities needed by the government over the life of the contract. Warranty : Contractor shall provide a minimum warranty of 12 months for materials and workmanship. Contractor shall also replace, at no additional charge to the government, any polycarbonate enrichment tunnels that substantially deviate from the specifications outlined in the Salient Characteristics section above. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 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 this solicitation will be most advantageous to the Government in accordance with the stated Evaluation Criteria (see Attachment 1: Evaluation Criteria). Please note that per Factor 1 of the attached Evaluation Criteria, offerors are expected to submit samples of both the mouse and rat tube (one of each) manufactured to the requested specifications with their proposals which shall be examined by NINDS to evaluate how well the offeror's tubes comply with the Salient Characteristics section contained in this Combined Synopsis/Solicitation. The sample tubes shall be sent to the address below and reference the Combined Synopsis/Solicitation Number NIH-NIDA-CSS-18-4813435: DELIVER MOUSE AND RAT ENRICHMENT TUNNEL SAMPLES (one of each) ON OR BEFORE THE CLOSING DATE OF THIS COMBINED SOLICITATION/SYNOPSIS TO: National Institutes of Health ATTN: Ed Czarra Bldg. 35 35 Convent Drive Rm GE 345; MSC 3722 Bethesda, MD 20892-3722 Although the technical evaluation of proposals shall be considered paramount in the award selection decision, results from our cost/price and past performance evaluations are also important to the overall contract award decision. All evaluation factors other than cost or price (i.e. technical and past performance), when combined, are significantly more important than cost/price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. (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. Offerors must include a completed Price Quote template (ATTACHMENT 2), with their response to this Combined Synopsis/Solicitation. (Offer's may also use their own format/templates as long as all of the requested information contained in the attachment is included). Offerors are instructed to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Options : The Government will evaluate offers for award purposes by adding the total price for all options to the total price of 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). The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. FAR 52.216-18 ORDERING (OCT 1995) (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from TBD through TBD (base ordering period of contract). (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. (End of clause) FAR 52.216-22 INDEFINITE QUANTITY (OCT 1995) (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after TBD. FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (March 2000). a) The Government may unilaterally exercise any of the Term Options provided that the Government gives the Contractor a preliminary written notice of its intent to exercise said option at least 30 days prior to contract expiration. (Should it be the Government's intent to NOT exercise the next subsequent Term Option, the Government will notify the contractor 60 days prior to contract expiration in order to allow for the preparation of any final contract deliverables). The preliminary notice does not commit the Government to exercise the referenced Option. b) If the Government exercises any of the Term Options, the extended contract shall be considered to include this option clause. c) The total duration of the ordering period of the contract, including the exercise of any Term Options, under this clause, shall not exceed five years. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: TBD The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows: on the anniversary date of contract award, covering the prior 12-months of performance. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b. Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. This Combined Synopsis/Solicitation does not commit the Government to pay any costs incurred in the submission of quotes/proposals. 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 quotes/offers must be received by 5 PM EST March 9, 2018 and reference number NIH-NIDA-CSS-18-4830176. Quotes/offers shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov DELIVER MOUSE AND RAT ENRICHMENT TUNNEL SAMPLES (one of each) ON OR BEFORE THE CLOSING DATE OF THIS COMBINED SOLICITATION/SYNOPSIS TO: National Institutes of Health ATTN: Ed Czarra Bldg. 35 35 Convent Drive Rm GE 345; MSC 3722 Bethesda, MD 20892-3722 Please reference Combined Synopsis/Solicitation NIH-NIDA-CSS-18-4813435 on delivery of sample enrichment tunnels. Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4813435/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04820371-W 20180214/180212231740-66438d8d18a23f86fc1c0f2cb6bb6e24 (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  © 1994-2020, Loren Data Corp.