Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 19, 2018 FBO #6021
SOLICITATION NOTICE

T -- Offisite Storage of Microfilm, Motion Picture Film and Magnetic Tape - SOW

Notice Date
5/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493190 — Other Warehousing and Storage
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
 
ZIP Code
20894
 
Solicitation Number
NIHLM2018000045LES
 
Archive Date
6/19/2018
 
Point of Contact
Linda E Smith, Phone: 3018277788
 
E-Mail Address
linda.smith2@nih.gov
(linda.smith2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment #6: Evaluation Factors Attachment #5: SF 1449 Attachment #4: Invoice Payment Provisions Attachment #3: FAR Clause 52.212-4 and FAR 52.212-5 Attachment #2: Addendum to Terms and Conditions Attachment #1: Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5 and FAR 16.504. This solicitation document and incorporated provisions and clauses are those in effect through January 24, 2018 Federal Acquisition Regulation revision, which includes the consolidation of all Federal Acquisition Circulars through 2005-97. The North American Industry Classification System Code (NAICS) code is 493190, Other Warehousing and Storage and the small business size standard is $27.5 Million. This announcement constitutes the formal Request for Quote (RFQ) and NO additional written solicitation will be issued. It is the intent of the National Library of Medicine (NLM) to procure services necessary for the extended term controlled temperature and relative humidity storage of archival motion picture film, camera master 35mm silver gelatin high contrast, continuous tone, color microfilm, and additional NLM-owned material as required, and for the safe pickup of materials from NLM and delivery of materials for the storage facility to NLM on an as-needed basis. The Agency anticipates one fixed price (1) Indefinite-Delivery, Indefinite-Quantity type award will be made from this solicitation and that the award will be made on or about June 28, 2018. It is anticipated that the award(s) made from this solicitation will be for a one-year period of performance with four (4) successive one-year option periods and options for additional work. The period of performance begins on or about July 1, 2018. The offeror must complete Attachment 5 (SF 1449) and specify the unit price quoted for each item Number listed in Block 23 of SF 1449. The attached Addendum to Terms and Conditions of Purchase Order shall be made a part of any purchase order awarded as a result of this RFQ (Attachment 2). The attached Contract Terms and Conditions (FAR Clauses 52.212-4 and 52.212-5) shall be made a part of any contract awarded as a result of this RFQ (Attachment 3). The attached Invoice and Payment Provisions (Attachment 4) shall also be made a part of any purchase awarded as a result of this RFQ. A final determination of the best value to the government will be performed by taking into consideration the results of the technical evaluation, price reasonableness and adequate resources to respond to the Government's needs. The major evaluation factors for this include technical factors and cost/price factors. Although technical factors are of paramount consideration in the award, cost/price is also important to the overall award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government reserves the right to make an award to the best value of the Government and may perform a tradeoff based on technical merit, price and other factors considered. The NLM reserves the right to make a single award, multiple awards, or no award at all as a result of this RFQ. In addition, the RFQ may be amended or cancelled as necessary to meet NLM's requirement. Vendors shall furnish services, qualified personnel, material, equipment and/or facilities as needed to perform the work as stated on Statement of Work (SOW). The Statement of work (Attachment 1) and Evaluation Criteria (Attachment 6) of this requirement are included in the Attachments Section of this solicitation. Vendors must submit questions via email to linda.smith2@nih.gov. The deadline for vendors to submit questions is 10:00 PM on May 21, 2018. The National Library of Medicine (NLM) requires proposals to be submitted via eCPS.: Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) https://ecps.nih.gov/nlm. All submissions must be submitted by 10:00 AM Eastern Time on June 4, 2018. For directions on using eCPS, go to https://ecps.nih.gov/Secure/Main/HowTo and click on "How to Submit." NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted. Firms interested in responding to this notice must be able to provide the professional services required by NLM. The offeror shall include all information necessary to document and/or support the qualification criteria in one clearly marked section of its proposal. All responses from responsible sources will be considered. Solicitation Provisions Incorporated by Reference [FAR 52.252-1, February 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 Contract 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 proposal. In lieu of submitting the full text provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov. Vendor shall comply with all applicable Federal, State and Local laws, executive orders, rules and regulations applicable to its performance under this order. Full text of clauses and provisions are available at Federal Acquisition Regulations (FAR). The following clauses and provisions shall apply to this acquisition and may be obtained from the web site: FAR 52.212-1, Instructions to offerors - Commercial Items (April 2014), FAR 52.212-2, Evaluation - Commercial Items (October 2014). Offerors are advised to provide with their offer a completed copy of the following provisions: FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015)-With DUNS Number Addendum [52.204-6 (July 2013)].
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2018000045LES/listing.html)
 
Place of Performance
Address: NIH/NLM, 8600 Rockville Pike, Bld 38, Bethesda, MD 20892, Bethesda, Maryland, 20894, United States
Zip Code: 20894
 
Record
SN04925944-W 20180519/180517230807-eff72273746006e9311e05301a08a14b (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.