Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 31, 2018 FBO #6125
MODIFICATION

Z -- Space Planning Support

Notice Date
8/29/2018
 
Notice Type
Modification/Amendment
 
NAICS
541410 — Interior Design Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Environmental Health Sciences, Office of Acquisitions, Office of Management, 530 Davis Drive, Durham, North Carolina, 27713, United States
 
ZIP Code
27713
 
Solicitation Number
NIEHS201800016
 
Archive Date
9/22/2018
 
Point of Contact
Christopher J. Fisher, Phone: 984-287-3025
 
E-Mail Address
christopher.fisher@nih.gov
(christopher.fisher@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS COMBINED SYNOPSYS SOLICITATION IS BEING EXTENDED UNTIL SEPTEMBER 7, 2018 AT 10:00 AM IN HOPE OF INCREASEING COMPETITION PART I - THE SCHEDULE This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Part 13 in conjunction with FAR part 19 and subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. All items within the Request for Quote (RFQ) must be fully completed and returned by the due date and time indicated above. (1) This solicitation document, NIEHS201800016, is issued as an RFQ to provide space and facilities management support services to the Office of the Director (OD), National Institute of Environmental Health Sciences (NIEHS) located in Research Triangle Park, NC. This acquisition is being conducted using the procedures under Federal Acquisition Regulations (FAR) Subpart 13, "Simplified Procedures for Certain Commercial Items" as supplemented by the Health and Human Services Acquisition Regulation (HHSAR). The anticipated single award requirements contract will be used to execute a broad range of technical, logistics, & administrative tasks utilizing defined task orders with Statements of Work (SOWs). The requirement has an anticipated 5 year ordering period from date of award. The anticipated program ceiling for the acquisition is $1,800,000.00 for 5 years and will result in an Indefinite Delivery/Requirements Contract. (2) This solicitation document and incorporated provisions and clauses are those in effect through FAR; Health and Human Services Acquisition Regulation (HHSAR); FAR Federal Acquisition Circular (FAC) 2005-99-1 Effective July 16, 2018. (3) Notice of Set-Aside, Associated NAICS Code, and Size Standard: This solicitation is being competed on an unrestricted basis/full and open competitive basis. The associated NAICS code is 541410 "Interior Design Services" and has a size standard of $7.5M. 1. Requisition or other Purchase Authority: ___________________________ 2. Request for Quote (RFQ) Number: NIHES201800016 3. Issue Date: 7/27/18 4. Set Aside: [ ] No [X] Yes {Total Small Business} 5. Title: Technical, Logistics, & Administrative Support Services 6. ISSUED BY: Office of Acquisitions National Institutes of Health National Institute of Environmental Health Sciences 530 Davis Drive Morrisville, NC 27560 7. SUBMIT QUOTES TO: See Part IV Section L - Instructions to Offerors-Commercial Items 8. Quotes for furnishing the supplies and/or services in THE SCHEDULE will be received at the place specified in, and in the number of copies specified in Section L - Instructions, Conditions, and Notices to Offerors, Article L.4.2," until 10:00 AM ET on August 28, 2018. Offers will be valid for 90 days unless a different period is specified by the Quoter. 9. This solicitation requires delivery of quotes as stated in Instructions to Offerors, " If quotes are required to be delivered to two different locations, the OFFICIAL POINT OF RECEIPT for determining TIMELY DELIVERY is the address provided for the OFFICE OF ACQUISITIONS. IF YOUR QUOTE IS NOT RECEIVED BY THE CONTRACTING OFFICER OR HIS/HER DESIGNEE AT THE PLACE AND TIME SPECIFIED FOR THE OFFICE OF ACQUISITIONS, THEN IT WILL BE CONSIDERED LATE AND HANDLED IN ACCORDANCE WITH subparagraph (c)(3) of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, LOCATED IN SECTION L OF THIS SOLICITATION. 10. Quoters must be registered in the System for Award Management (SAM) prior to award of a contract. Quoters must access the Central Contractor Registration Database (CCR) through SAM at http://www.sam.gov 11. FOR INFORMATION CALL: Christopher Fisher, Contracting Officer National Institute of Environmental Health Sciences, Office of Acquisitions Phone: (984) 287-3025/ E-Mail: christopher.fisher@nih.gov COLLECT CALLS WILL NOT BE ACCEPTED SECTION B - BRIEF DESCRIPTION OF SUPPLIES OR SERVICES ARTICLE B.1. BRIEF DESCRIPTION OF SUPPLIES OR SERVICES The purpose of this contract is to acquire interior design, space planning, architectural design, Americans with Disabilities Act/Architectural Barriers Act consultation, furniture installation services, Archibus FM drawing maintenance, Archibus FM application support, and other facilities management support services. The requirement has an anticipated 5 year ordering period from date of award. Individual task orders issued will not exceed a 12-month period and funding will be obligated at the task order level. During the contract period, the Government will identify tasks required to complete each specific project. Task orders with more specific details will be placed as needed by the NIEHS and specific performance dates and quantities will be specified on each individual task order. ARTICLE B.2. PRICES a. The final contract will contain the price provisions agreed upon by the Government and the Offeror. b. The total not to exceed (NTE) amount of this contract is $1,800,000. c. Upon delivery and acceptance of the item(s) described in the SOW of the contract identified in the schedule of charges below, the Government shall pay to the Contractor the unit price(s) as set forth below: The contractor shall provide fixed Hourly Rates for each position for the Base Year of the contract and each subsequent Contract Period. These fixed Hourly Rates shall be fully loaded and shall include all direct prices, indirect prices and profit. Base Contract (Year 1) Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price Year 2 Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price Year 3 Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price   Year 4 Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price Year 5 Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price FAR 52.217-8 Option to Extend (6 MONTHS) Labor Category Estimated Hours Hourly Rate TOTAL Lead Designer/Project Manager 100 Designer 800 Architect 60 CAD Operator 600 Supervisor Furniture Installer 450 Supervisor Mover 650 Mover 60 Archibus Consultant Programmer 80 Archibus Support Technician 80 Total Estimated Price The estimated contract amount and quantity of items above is not a guarantee that the estimated quantities will be required or ordered. ARTICLE B.3. OPTION PRICES a. Unless the Government exercises its option pursuant to the option clause referenced in ARTICLE I.8. ADDITIONAL CONTRACT CLAUSES IN FULL TEXT, this contract consists only of the Base Period specified in the Statement of Work as defined in SECTIONS C and F, for the price set forth in ARTICLE B.2. of this contract. b. Pursuant to FAR Clause 52.217-8 set forth in ARTICLE I.4. ADDITIONAL CONTRACT CLAUSES IN FULL TEXT of this contract, the Government may, by unilateral contract modification, require the Contractor to perform the Option Period specified in SECTION H of this contract. If the Government exercises this option, notice must be given before the expiration date of the contract. The contract ceiling may be increased by 10% pursuant to FAR clause 52.217-8. c. Upon the delivery and acceptance of the Option Services described in SECTION C of the contract and identified in the schedule of charges below, the Government shall pay the Contractor the unit price(s) set forth in the Contract Pricing List. ARTICLE B.4. ADVANCE UNDERSTANDINGS a. Non-Personal Services and Inherently Government Functions (1) Pursuant to FAR 37.1, no personal services shall be performed under this contract. All work requirements shall flow only from the Contracting Officer's Representative (COR) to the Contractor's Project Manager. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. (2) Pursuant to FAR 7.5, the Contractor shall not perform any inherently governmental actions under this contract. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this contract, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government contractors in connection with this contract, the Contractor employee shall state that they have no authority to in any way change the contract and that if the other contractor believes this communication to be a direction to change their contract, they should notify the Contracting Officer for that contract and not carry out the direction until a clarification has been issued by the Contracting Officer. (3) The Contractor shall insure that all of its employees working on this contract are informed of the substance of this article. Nothing in this article shall limit the Government's rights in any way under the other provisions of the contract, including those related to the Government's right to inspect and accept the services to be performed under this contract. The substance of this article shall be included in all subcontracts at any tier.   SECTION C - DESCRIPTION/SPECIFICATIONS/STATEMENT OF WORK STATEMENT (SOW) ARTICLE C.1. STATEMENT OF WORK FOR SPACE & FACILITIES MANAGEMENT SUPPORT SERVICES Independently and not as an agent of the Government, the Contractor shall be required to furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government, as needed to perform the Statement of Work Statement above and made a part of this Solicitation I. Purpose a. The purpose of this contract is to acquire interior design, space planning, architectural design, Americans with Disabilities Act/Architectural Barriers Act consultation, furniture installation services, Archibus FM drawing maintenance, Archibus FM application support, and other facilities management support services. Based on the hourly rates provided by the successful offeror, an individual price will be negotiated for each specific project with a subsequent Task Order placed under the terms of this contract. b. All services required under this contract are an integral part of the services provided by the Office of Management and/or in support of the services provided by the Office of Management. c. The services to be provided under this contract effort include, but are not limited to: surveys, evaluations studies, design presentations, accessibility evaluations, CAD drawing maintenance (utilizing NIEHS CAD standards), software maintenance (Archibus FM), project management, furniture installation, moving services, and other miscellaneous space and facilities management support services. d. Deliverables required under this contract may include but are not limited to: reports, design options, material boards, final drawings, price estimates, furniture options from sources available to purchase by the federal government (ex. unicor, NIH BPA, GSA), finish options, furniture ordering information, architectural recommendations, and other related deliverables. II Requirements a. Fulfilling the requirements of this contract may require frequent, on-site visits by contractor personnel to; attend project meetings, obtain field measurements make design presentations, oversee furniture installations, install furniture, resolve problems, provide software support, and accomplish drawing maintenance. b. Archibus FM software support services may include software installation and configuration of application upgrades, patches, providing user training, troubleshooting, and providing software customizations (as requested). As needed, the contractor will have access to a Government furnished computer located on-site at NIEHS to fulfill this requirement. c. The contractor, in coordination with the COR and other appropriate NIEHS personnel will provide expertise necessary to accomplish services as indicated in this Statement of Work and as further defined in the individual task orders which will be developed for subsequent specific projects. The contractor and their "key personnel" must have the ability to respond on-site within one hour of receiving a call from the COR, 24-hour per days, 365 days of the year, including weekends and holidays. Due to the fact that NIEHS has limited space in which to accommodate employees displaced due to construction activities and/or furniture installation/reconfiguration projects, coupled with the fact that furniture installation/reconfiguration projects are typically accomplished outside normal work hours to minimize disruption to affected staff; the contractor's ability to respond within one hours notice is essential to the success of this contract. This required response time further requires the development of project schedules which ensure rapid progression once projects evolve to the point that employees are displaced. While installation projects are underway, the project manager or lead designer and installation supervisor must be available to respond and rapidly resolve unexpected problems uncounted during furniture installation/reconfiguration projects, and the lead Archibus FM support person, must be available to quickly respond to problems encountered with Archibus FM, which frequently requires on-site access to the application and/or the equipment utilizing this application. d. Project workload will vary throughout the year. The contractor must be able to manage multiple concurrent projects at various stages of completion. e. Key personnel identified for this contract include the overall project manager for the contract, principle designer(s) who will be assigned responsibility for NIEHS space planning/interior design projects, the lead furniture installer and the Archibus consultant who is responsible for ensuring that software installations, upgrades, patches, and customizations are accomplished as requested. Key personnel can not be replaced without prior approval of the COR. III. Personnel Qualifications a. The Contractor shall provide trained personnel with a combination of education and past performance experience consistent with standard commercial industry standards to perform the services specified in this Statement of Work. b. Expertise which may be required under this contract is as follows. i. The project manager must have a minimum of a B.S. degree in Interior Design and possess project management expertise in projects similar to those requested under this contract. ii. of the overall contract and all designers proposed to provide design services under this contract must have a minimum of a B.S degree in Interior Design. iii. Architectural consulting services must be provided by an architect registered in the state of NC. iv. Qualified installers experienced with the installation/reconfiguration of Steelcase and Kimball furniture. v. Experience with accomplishing small, medium, and large scale moves vi. Training and experience in the most recent version of AutoCAD used for the development and maintenance of architectural as-built CAD drawings. vii. Training and expertise in the most recent version of Archibus FM which is used to manage all institute space. viii. IT consultants who are trained, experienced, and qualified to provide various computer support services for Archibus FM specifically for installing, configuring, training, customizing, and supporting Archibus FM. IV. Tasks 1. Space Planning/Interior Design Services: At the request of the COR, the Contractor shall provide space planning or interior design options for areas identified for possible redesign. These design options shall be prepared based on criteria provided by the COR and may include recommendations for architectural changes and/or furniture layout options. The contractor may be required to provide ordering information for furniture (furniture will be ordered by the government) in accordance with approved design options, and project management expertise for project oversight while furniture installation/reconfiguration projects are underway. 2. Architectural Design Recommendations: At the request of the COR, the Contractor shall evaluate existing conditions and provide recommendations of an architect registered in the state of North Carolina, which address various architectural, safety, accessibility, aesthetic, or other concerns. Recommendations received and approved under this contract will be accomplished by others via the appropriate contract mechanism, at the discretion of the government. 3. Installations/relocations/reconfigurations: At the request of the COR, the Contractor shall install, remove, relocate, and/or reconfigure furniture in accordance with the approved design drawing. 4. Move services: At the request of the COR, the Contractor shall relocate office contents, equipment, furniture, in accordance with an approved move schedule and or/ drawing. 5. Drawing maintenance: At the conclusion of each project, involving architectural changes and/or furniture installation, removal relocation and/ or reconfigurations, or at request of the COR, the Contractor shall modify the Room layers and Furniture layers of the NIH/NIEHS as-built CAD drawings to match the current as-built conditions of the facility. In no more than 2 weeks after the completion of the projects which involve space/furniture changes, the contractor is to complete required drawing (furniture and polyline changes) and to notify NIEHS when appropriate changes are complete. 6. Archibus FM Computer Support Services At the request of the COR, the contractor shall provide appropriate support services to ensure the application is fully functional. Services may require various technical capabilities needed to install upgrades, patches, troubleshoot problems, and other miscellaneous software support services. 7. Monthly Task Order Status Reports: Contractor shall develop a monthly report showing status of each of the Task Orders and its subtask. The report shall consist of Task Order Number, subtask numbers, description of task, proposed date given by NIEHS, & completion date according to invoice. 8. Quality Control: Contractor shall develop a plan which demonstrates measures he/she will be taking to control the quality of services provided and ensure they meet the requirements of the project. All drawings, data, software, etc. which are developed, created, revised, or maintained under this contract will remain in the possession of the government. If any new data, such as additional customizations to the Archibus FM application are developed under this contract, the specifics of these customizations shall be adequately documented by the contractor and the documentation turned over to the government. Both the documentation and the customizations (if any are accomplished) shall remain in the possession of the Government. SECTION D - PACKAGING, MARKING AND SHIPPING All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. SECTION E - INSPECTION AND ACCEPTANCE a. The Contracting Officer or the duly authorized representative will perform inspection and acceptance of materials and services to be provided. b. For the purpose of this SECTION, TBD is the authorized representative of the Contracting Officer. c. Inspection and acceptance will be performed at: LOCATION OF TASK Acceptance may be presumed unless otherwise indicated in writing by the Contracting Officer or the duly authorized representative within 30 days of receipt. The Government reserves the right to an Inspection period of 7calendar days, unless a different time period is stated when (the Record of Call/elsewhere in the contract). The receiving report, completed and signed by the appropriate official, constitutes acceptance and shall be acknowledged to the payment office (OFM). d. This contract incorporates the following clause by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. FAR Clause 52.246-4, Inspection of Services - Fixed Price (August 1996).   SECTION F - DELIVERIES OR PERFORMANCE ARTICLE F.1. PERIOD OF PERFORMANCE a. The ordering period for this contract shall be for 5 years (from date of award). b. If the Government exercises its option pursuant to the OPTION PROVISION Article in Section H of this contract, the period of performance will be increased as listed below Option Option Period 52.217-8 End of 5 year ordering period - 6 months after ARTICLE F.2. DELIVERIES a. Satisfactory performance of this contract shall be deemed to occur upon performance of the work described in Article C, Statement of Work and upon delivery and acceptance by the Contracting Officer, or the duly authorized representative, of the Services specified in the Delivery Schedule which are described in SECTION C of this contract. b. Deliveries required by the Contractor shall be made F.o.b. destination as set forth in FAR Clause 52.247-35, F.o.b. Destination, within consignees Premises (April 1984) [and any specifications stated in SECTION D, PACKAGING AND MARKING AND SHIPPING, of this contract] to the address/addressee listed below: c. Unless otherwise specified, deliveries shall be made to the Delivery Point specified above Mondays through Fridays (excluding Federal Holidays) between the hours of 8:30 a.m. and 5:30 p.m. EST only. Supplies or services scheduled for delivery on a Federal holiday shall be made the following day. ARTICLE F.3. CLAUSES INCORPORATED BY REFERENCE, FAR 52.252-2 (FEBRUARY 1998) This contract incorporates the following clause(s) by reference, with the same force and effect as if it were given in full text. Upon request, the Contracting Officer will make its full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.acquisition.gov/far. FEDERAL ACQUISITION REGULATION (48 CFR CHAPTER 1) CLAUSE: 1. FAR Clause 52.242-15 Stop Work Order AUG 1989 2. FAR Clause 52.242-17 Government Delay of Work APR 1984   SECTION G - CONTRACT ADMINISTRATION DATA ARTICLE G.1. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: • [To be designated after award] 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 alternate COR is responsible for carrying out the duties of the COR only in the event that the COR can no longer perform his/her duties as assigned.] • [To be designated after award] 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 prices incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change its COR designation.   ARTICLE G.2. KEY PERSONNEL, HHSAR 352.237-75 (December 2015) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. (End of Clause) The following individual(s) is/are considered to be essential to the work being performed hereunder: Name Title On-site Space Designer (Per Chris/Debi's discussion) TBD ARTICLE G.3. METHOD OF ORDERING a. Orders issued under this contract will be placed via electronic mail (e-mail) only. b. The Contracting Officer is authorized to issue orders and provide written confirmation of orders under the contract. ARTICLE G.4 TASK ORDER PROCEDURES This contract provides for the issuance of Task Orders on a negotiated basis as follows: a. General Only the Contracting Officer may issue Task Orders to the Contractor, providing specific authorization or direction to perform work within the scope of the contract and as specified in the Statement of Work. Unless specifically authorized by the Contracting Officer, the Contractor shall not commence work until a fully executed Task Order has been awarded. The Contractor may incur prices under this contract in performance of task orders and task order modifications issued in accordance with this ARTICLE. No other prices are authorized unless otherwise specified in the contract or expressly authorized by the Contracting Officer. b. Requesting Task Order Quotes. The Contracting Officer or a designated individual may solicit responses to requirements from Contractors within a technical area covered by a task order requirement in writing. A Task Order Request for Quotes (TORFQ) will be prepared and issued for each task order requirement. Generally, the Task Order Request for Quote (TORFQ) will include but is not limited to the following:   • Cover Letter o TORP Number o Date of Issuance o Closing Date/Time o Question Due Date o Description of Services o Location of Services o Task Order Type (Always Fixed Priced) • Section 1 - Attachment I - Task Order SOW with attachments (Separate pdf document) • Section 2 - Attachment II - Task Order Pricing Sheet (Separate document - Excel sheet) • Section 3 - Additional Terms and Conditions and Clauses • Section 4 - Instructions to Contractor {WHAT TO SUBMIT} o Technical Submission Instructions (if applicable) o Price Submission Instructions • Section 5 - Evaluation Factors for Award {HOW IT WILL BE EVALUATED} All contract clauses contained this contract shall be incorporated in the TORFQ and the resultant task order. If conflicts exist between the contract clauses and the information outlined in the task order, the contract language takes precedence over the information in the task order. c. All contract clauses contained in this contract shall be incorporated in the TORP and the resultant task order. If conflicts exist between the contract clauses and the information outlined in the task order, the contract language takes precedence over the information in the task order. ARTICLE G.5. INVOICE SUBMISSION a. Invoice Instructions for NIH Fixed-Price Type Contracts, NIH(RC)-2, are attached and made part of this contract. The Contractor shall follow the attached instructions and submission procedures specified below to meet the requirements of a "proper invoice" pursuant to FAR Subpart 32.9, Prompt Payment. 1. Payment requests shall be submitted to the offices identified below. Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your payment request unless specified elsewhere in the contract or requested by the Contracting Officer. a. The original contract invoice shall be submitted to the following designated billing office: National Institutes of Health Office of Financial Management Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 b. One copy of the contract invoice shall be submitted to the following approving officials e-mail addresses: • TBA The Contractor shall submit an electronic copy of the payment request to the approving officials instead of a paper copy. The payment request shall be transmitted as an attachment via e-mail to the address listed above in one of the following formats: MSWord, MS Excel, or Adobe Portable Document Format (PDF). Only one payment request shall be submitted per e-mail and the subject line of the e-mail shall include the Contractor's name, contract number, and unique invoice number. [Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a "proper invoice."] Central Point of Distribution: The Contractor shall submit an electronic copy of the payment request to the Central Point of Distribution mailbox. The payment request shall be transmitted as an attachment via e-mail to the address listed above in one of the following formats: MSWord, MS Excel, or Adobe Portable Document Format (PDF). Only one payment request shall be submitted per e-mail and the subject line of the e-mail shall include the Contractor's name, contract number, and unique invoice number. [Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a "proper invoice."] b. Inquiries regarding payment of contract invoices shall be directed to the designated billing office, (301) 496-6452. c. In addition to the requirements of FAR Subpart 32.9, all invoices must contain: 1. Vendor/Contractor a. Name and Address b. Point of Contact for the invoice c. Name, title, telephone number, e-mail and mailing address. 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: • Contract Number • Purchase Order Number • Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number) • BPA Call Number and BPA Parent Award Number 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the System for Award Management (SAM). 8. Invoices submitted for payment against awards must include the contractor's DUNS number and Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor's name on the face page of the award document. 9. Description of supplies/services that match the description on the award, by line billed. 10. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 11. Quantity, Unit of Measure, Unit Price, and Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award. The Contractor shall submit an electronic copy of the payment request to the approving official instead of a paper copy. The payment request shall be transmitted as an attachment via e-mail to the address listed above in one of the following formats: MSWord, MS Excel, or Adobe Portable Document Format (PDF). Only one payment request shall be submitted per e-mail and the subject line of the e-mail shall include the Contractor's name, contract number, and unique invoice number. [Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a "proper invoice."] Central Point of Distribution: The Contractor shall submit an electronic copy of the payment request to the Central Point of Distribution mailbox. The payment request shall be transmitted as an attachment via e-mail to the address listed above in one of the following formats: MSWord, MS Excel, or Adobe Portable Document Format (PDF). Only one payment request shall be submitted per e-mail and the subject line of the e-mail shall include the Contractor's name, contract number, and unique invoice number. [Note: The original payment request must still be submitted in hard copy and mailed to the designated billing office to meet the requirements of a "proper invoice."] ARTICLE G.6 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 TBD [Insert Dates]. 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 SECTION H - SPECIAL CONTRACT REQUIREMENTS ARTICLE H.1. HUMAN SUBJECTS It is hereby understood and agreed that research involving human subjects shall not be conducted under this contract, and that no material developed, modified, or delivered by or to the Government under this contract, or any subsequent modification of such material, will be used by the Contractor or made available by the Contractor for use by anyone other than the Government, for experimental or therapeutic use involving humans without the prior written approval of the Contracting Officer. ARTICLE H.2. NEEDLE DISTRIBUTION The Contractor shall not use contract funds to carry out any program of distributing sterile needles or syringes for the hypodermic injection of any illegal drug. ARTICLE H.1. ACKNOWLEDGEMENT OF FEDERAL FUNDING The Contractor shall clearly state, when issuing statements, press releases, requests for quotes, bid solicitations and other documents describing projects or programs funded in whole or in part with Federal money: (1) the percentage of the total prices of the program or project which will be financed with Federal money; (2) the dollar amount of Federal funds for the project or program; and (3) the percentage and dollar amount of the total prices of the project or program that will be financed by nongovernmental sources. ARTICLE H.3 DISSEMINATION OF FALSE OR DELIBERATELY MISLEADING INFORMATION The Contractor shall not use contract funds to disseminate information that is deliberately false or misleading. ARTICLE H.4 REPORTING MATTERS INVOLVING FRAUD, WASTE AND ABUSE Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector General's Office in writing or on the Inspector General's Hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The website to file a complaint on-line is: http://oig.hhs.gov/fraud/hotline/ and the mailing address is: US Department of Health and Human Services Office of Inspector General ATTN: OIG HOTLINE OPERATIONS P.O. Box 23489 Washington, D.C. 20026   ARTICLE H.4. OPTION PROVISION Unless the Government exercises its option pursuant to the Option Clause set forth in SECTION I., the contract will consist only of the ordering period defined in Sections B and F of the contract. Pursuant to FAR Clause 52.217-8, Option to Extend the Services set forth in SECTION I. of this contract, the Government may, by unilateral contract modification, require the Contractor to perform the option set forth in Sections B and F of the contract for work defined in the SOW. If the Government exercises this option, notice must be given any time prior to the expiration date of this contract and the 5th year prices in the Contract Pricing List will be utilized during this period. PART II - CONTRACT CLAUSES SECTION I - CONTRACT CLAUSES THE FOLLOWING ARTICLE I.1. GENERAL CLAUSE LISTING(S) WILL BE APPLICABLE TO MOST CONTRACTS RESULTING FROM THIS RFQ. HOWEVER, THE ORGANIZATIONAL STRUCTURE OF THE SUCCESSFUL OFFEROR(S) WILL DETERMINE THE SPECIFIC GENERAL CLAUSE LISTING TO BE CONTAINED IN THE CONTRACT(S) AWARDED FROM THIS RFQ: ARTICLE I.1. The clause at 52.212-4, Contract Terms and Conditions- Commercial Items (JAN 2017) is incorporated in the solicitation and contract by reference. For full text see https://www.acquisition.gov/far/current/ html/52_212_213.html#wp1179465 ARTICLE I.2. The clause at 52.252-2, Clauses Incorporated by Reference (FEB 1998) is incorporated in the solicitation by full text below: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfhhsara.htm. (End of clause) ARTICLE I.3. The clause at 52.212-5, -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items is incorporated in the solicitation by full text below: As prescribed in 12.301(b)(4), insert the following clause: Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (3) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] ___ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). XX (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). ___ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009). ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (5) [Reserved] ___ (6) 52.204-14, Service Contract Reporting Requirements (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). ___ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Oct 2016) (Pub. L. 111-117, section 743 of Div. C). XX (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). ___ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). ___ (10) [Reserved] ___ (11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). ___ (ii) Alternate I (Nov 2011) of 52.219-3. ___ (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a). ___ (ii) Alternate I (Jan 2011) of 52.219-4. ___ (13) [Reserved] ___ (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). ___ (ii) Alternate I (Nov 2011). ___ (iii) Alternate II (Nov 2011). ___ (15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). ___ (ii) Alternate I (Oct 1995) of 52.219-7. ___ (iii) Alternate II (Mar 2004) of 52.219-7. XX (16) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)). ___ (17) (i) 52.219-9, Small Business Subcontracting Plan (Jan 2017) (15 U.S.C. 637 (d)(4)). ___ (ii) Alternate I (Nov 2016) of 52.219-9. ___ (iii) Alternate II (Nov 2016) of 52.219-9. ___ (iv) Alternate III (Nov 2016) of 52.219-9. ___ (v) Alternate IV (Nov 2016) of 52.219-9. ___ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). XX (19) 52.219-14, Limitations on Subcontracting (Jan 2017) (15 U.S.C. 637(a)(14)). ___ (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). ___ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) (15 U.S.C. 637(m)). ___ (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (Dec 2015) (15 U.S.C. 637(m)). XX (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). XX (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). XX (28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). XX (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). XX (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). ___ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). ___ (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) ___ (35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) ___ (36) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016) (E.O.13693). ___ (37) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (Jun 2016) (E.O. 13693). ___ (38) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514 ___ (ii) Alternate I (Oct 2015) of 52.223-13. ___ (39) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-14. ___ (40) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C. 8259b). ___ (41) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct 2015) (E.O.s 13423 and 13514). ___ (ii) Alternate I (Jun 2014) of 52.223-16. XX (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (43) 52.223-20, Aerosols (Jun 2016) (E.O. 13693). ___ (44) 52.223-21, Foams (Jun 2016) (E.O. 13696). ___ (45) (i) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). ___ (ii) Alternate I (Jan 2017) of 52.224-3. ___ (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (47) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (ii) Alternate I (May 2014) of 52.225-3. ___ (iii) Alternate II (May 2014) of 52.225-3. ___ (iv) Alternate III (May 2014) of 52.225-3. ___ (48) 52.225-5, Trade Agreements (Oct 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). XX (49) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). ___ (50) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). ___ (51) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). ___ (52) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). ___ (53) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505), 10 U.S.C. 2307(f)). ___ (54) 52.232-30, Installment Payments for Commercial Items (Jan 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). XX (55) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (56) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for Award Management (Jul 2013) (31 U.S.C. 3332). ___ (57) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). ___ (58) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). ___ (59) 52.242-5, Payments to Small Business Subcontractors (Jan 2017) (15 U.S.C. 637(d)(12)). ___ (60) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). ___ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items: [Contracting Officer check as appropriate.] XX (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495) XX (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.). ___ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67). ___ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). ___ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67). ___ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). ___ (9) 52.222-62, Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). ___ (10) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). ___ (11) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e) (1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (iii) 52.219-8, Utilization of Small Business Concerns (Nov 2016) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iv) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17. (v) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (vi) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). (vii) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (viii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212). (x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67). (xii) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627). (xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May 2014) (41 U.S.C. chapter 67.) (xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989). (xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015). (xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706). (xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a). (B) Alternate I (Jan 2017) of 52.224-3. (xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the Contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of Clause) The complete listing of these clauses may be accessed at: https://oamp.od.nih.gov/DGS/reference-material-prospective-offerors-and-contractors   1. ARTICLE I.4 ADDITIONAL FAR CONTRACT CLAUSES INCLUDED IN FULL TEXT Additional clauses other than those listed below which are based on the type of contract/Contractor shall be determined during negotiations. Any contract awarded from this solicitation will contain the following: This contract incorporates the following clauses in full text. a. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) CLAUSES 1. FAR Clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (July 2013) As prescribed in 9.104-7(c), insert the following clause: a. The Contractor shall update the information in the Federal Awardee Performance and Integrity Information System (FAPIIS) on a semi-annual basis, throughout the life of the contract, by posting the required information in the System for Award Management (SAM) database at http://www.acquisition.gov. b. As required by section 3010 of the Supplemental Appropriations Act, 2010 (Pub. L. 111-212), all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. FAPIIS consists of two segments-- 1. The non-public segment, into which Government officials and the Contractor post information, which can only be viewed by-- i. Government personnel and authorized users performing business on behalf of the Government; or ii. The Contractor, when viewing data on itself; and 2. The publicly-available segment, to which all data in the non-public segment of FAPIIS is automatically transferred after a waiting period of 14 calendar days, except for-- i. Past performance reviews required by subpart 42.15; ii. Information that was entered prior to April 15, 2011; or iii. Information that is withdrawn during the 14-calendar-day waiting period by the Government official who posted it in accordance with paragraph (c)(1) of this clause. c. The Contractor will receive notification when the Government posts new information to the Contractor's record. 1. If the Contractor asserts in writing within 7 calendar days, to the Government official who posted the information, that some of the information posted to the non-public segment of FAPIIS is covered by a disclosure exemption under the Freedom of Information Act, the Government official who posted the information must within 7 calendar days remove the posting from FAPIIS and resolve the issue in accordance with agency Freedom of Information procedures, prior to reposting the releasable information. The contractor must cite 52.209-9 and request removal within 7 calendar days of the posting to FAPIIS. 2. The Contractor will also have an opportunity to post comments regardinginformation that has been posted by the Government. The comments will be retained as long as the associated information is retained, i.e., for a total period of 6 years. Contractor comments will remain a part of the record unless the Contractor revises them. 3. As required by section 3010 of Pub. L. 111-212, all information posted in FAPIIS on or after April 15, 2011, except past performance reviews, will be publicly available. d. Public requests for system information posted prior to April 15, 2011, will be handled under Freedom of Information Act procedures, including, where appropriate, procedures promulgated under E.O. 12600. (End of clause) FAR CLAUSE 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 date of award through 5 years from that date. (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 CLAUSE 52.216-19 ORDER LIMITATIONS. (OCT 1995) (a) Minimum Order. When the Government requires supplies or services covered by this contract in an amount of less than $500, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum Order. The Contractor is not obligated to honor-- 1. Any order for a single item in excess of $250,000. 2. Any order for a combination of items in excess of $250,000 or 3. A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 5 days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR CLAUSE 52.216-21, Requirements (October 1995). (a) This is a requirements contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government's requirements do not result in orders in the quantities described as "estimated" or "maximum" in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations.   (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (a) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (b) 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 90 days. (End of clause) FAR CLAUSE 21.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days. (End of clause) PART III - LIST OF DOCUMENTS, EXHIBITS AND OTHER ATTACHMENTS LIST OF ATTACHMENTS The following documents are incorporated into this RFQ: A price quote for this sample Task Order is to be included with the RFQ Business Quote submission. Attachment No. Title Location TECHNICAL QUOTE ATTACHMENTS Attachment No. Title Location BUSINESS QUOTE ATTACHMENTS Attachment No. Title Location Attachment 2: Quote Summary and Data Record, NIH-2043 http://oamp.od.nih.gov/sites/default/files/ DGS/contracting-forms/NIH2043.pdf Attachment 3: Offeror's Points of Contact http://oamp.od.nih.gov/sites/default/files/ DGS/contracting-forms/point-of-contact.pdf INFORMATIONAL ATTACHMENTS Attachment No. Title NIH(RC)-2 Invoice Instructions Location: https://oamp.od.nih.gov/sites/default/files/DGS/contracting-forms/rc2_508.pdf PART IV - REPRESENTATIONS AND INSTRUCTIONS IF YOU INTEND TO SUBMIT A QUOTE, YOU MUST : 1. Go to the System for Award Management (SAM) and complete the Representations and Certifications. The SAM website may be accessed at: http://www.sam.gov ; and 2. Complete, and INCLUDE as part of your BUSINESS QUOTE: REPRESENTATIONS, CERTIFICATIONS, AND OTHER STATEMENTS OF OFFERORS shall be included as an Attachment in SOLICITATION ATTACHMENTS Section of this solicitation. FAR CLAUSE 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS IS APPLICABLE TO THIS SOLICITATION AND IN FULL FORCE AND EFFECT AS IF IT WERE IN FULL TEXT. THIS CLAUSE CAN BE DOWNLOADED AT : http://www.acquisition.gov SECTION L - INSTRUCTIONS, CONDITIONS, AND NOTICES TO OFFERORS ARTICLE L.1. GENERAL INFORMATION a. NAICS CODE AND SIZE STANDARD 1. The North American Industry Classification System (NAICS) code for this acquisition is 541410. 2. The small business size standard is $7.5M. b. NOTICE OF SMALL BUSINESS SET-ASIDE 1. General. Quotes are solicited only from small business concerns. The procurement is to be awarded only to one or more such concerns, organizations, or individuals. This action is based on a determination by the Contracting Officer, alone or in conjunction with a representative of the Small Business Administration, that it is in the interest of maintaining or mobilizing the Nation's full productive capacity, or in the interest of war or national defense programs, or in the interest of assuring that a fair proportion of Government procurement is placed with small business concerns. Bids or quotes received from others will be considered non-responsive. 2. Definitions. The term "small business concern" means a concern, including its affiliates, which is independently owned and operated, is not dominant in the field of operation in which it is bidding on Government contracts, and can further qualify under the size standards in this solicitation. In addition to meeting these criteria, a small business concern submitting an offer in his own name shall furnish, in the performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas, provided that this additional requirement does not apply in connection with construction or service contracts. TYPE OF CONTRACT AND NUMBER OF AWARDS 1. It is anticipated that one (1) contract will be made from this solicitation and that award will be made on/about September 1, 2018. 2. The Government contemplates award of an Indefinite Delivery Requirements contract resulting from this solicitation. COMMITMENT OF PUBLIC FUNDS The Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with the proposed procurement. Any other commitment, either explicit or implied, is invalid. COMMUNICATIONS PRIOR TO CONTRACT AWARD Quoters shall direct all communications to the attention of the Contract Specialist or Contracting Officer cited on the face page of this SOLICITATIONS. Communications with other officials may compromise the competitiveness of this acquisition and result in cancellation of the requirement. RELEASE OF INFORMATION Contract selection and award information will be disclosed to Quoters in accordance with regulations applicable to negotiated acquisition. Prompt written notice will be given to unsuccessful Quoters as they are eliminated from the competition, and to all Quoters following award. PREPARATION PRICES This RFQ does not commit the Government to pay for the preparation and submission of a quote. SERVICE OF PROTEST (SEPTEMBER 2006) - FAR 52.233-2 (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from: Christopher Fisher Contracting Officer National Institute of Environmental Health Sciences Office of Acquisitions P.O. Box 12233, MSC: K1-04, Room 1057 Research Triangle Park, NC 27709 (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of Provision) SOLICITATION PROVISIONS INCORPORATED BY REFERENCE This contract incorporates the following clauses by reference, (unless otherwise noted), with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. FEDERAL ACQUISITION REGULATION (FAR) (48 CFR CHAPTER 1) PROVISIONS 1. FAR Clause 52.204-7 System for Award Management JUL 2013 2. FAR Clause 52.212-1 Instructions to Offerors--Commercial Items JAN 2017 3. FAR Clause 52.212-3 Offeror Representations and Certifications--Commercial Items JAN 2017 SOLICITATION PROVISIONS INCORPORATED BY FULL TEXT This contract incorporates the following clauses by full text. FAR PROVISION 52.216-1 TYPE OF CONTRACT (APR 1984) The Government contemplates award of a IDIQ Contract. (End of Provision) FAR PROVISION 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 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 Contracting 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 quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm and http://farsite.hill.af.mil/vfhhsara.htm. (End of Provision) ADDENDUM TO FAR CLAUSE 52.212-1 INSTRUCTIONS TO OFFERORS--COMMERCIAL ITEMS 1. Replace paragraph (b) entitled "Submission of offers" with the following instructions. (b) Submission of Quote. Submit signed and dated quote at or before August 17, 2018 at 10:00 AM ET. Failure to provide all required documents or information may exclude the Quoter from further consideration. Only e-mailed quotes will be accepted. 2. Quotes Submittal and Inquiries. (1) Quotes shall be submitted prior to the closing date and time identified above to the following address: christopher.fisher@nih.gov. NOTE: FAXED, HAND DELIVERED, OR PHYSICALLY MAILED QUOTES WILL NOT BE ACCEPTED. The burden of ensuring the Contractor's quote is received by this office, within the stated timeframe, is the Contractor's responsibility. (2) The point of contact responsible for supplying additional information and answering all inquiries is the Contracting Officer (Reference CF20180401 in the e-mail's subject line). Address all questions or concerns you may have regarding this solicitation in writing via email to: christopher.fisher@nih.gov. 3. General Instructions. (1) The selection of a source for award will be conducted utilizing Simplified Acquisition Procedures as delineated in FAR Part 13. Quoter will be evaluated using the criteria under FAR 52.212-2, "Evaluation--Commercial Items". Noncompliance with the Request for Quote (RFQ) requirements may hamper the Government's ability to properly evaluate the quote and may result in elimination of the quote from further consideration for contract award. (2) The Government intends to award without discussions but reserves the right to award with discussions. Quoter is encouraged to present their best quote and prices in their initial quote submission. (3) These instructions prescribe the format for the quote and describe the approach for the development and presentation of quote data. These instructions are designed to ensure the submission of necessary information to provide for the understanding and comprehensive evaluation of quotes. (4) If the Quoter believes that the requirements in these instructions contain an error, an ambiguity, omission, or are otherwise unsound, the Quoter shall immediately notify the Contracting Officer in writing with supporting rationale. 4. Quote Preparation Instructions. (1) The response should consist of 3 volumes. The volumes are: Volume I - Mission Capability, Volume II - Past Performance, and Volume III - Price. (2) Quote must comply with the page limitations and format specified for each volume. Information submitted beyond limitations identified could negatively impact the evaluation during the rating process. The follow-on paragraphs provide the specific information required for each volume. Volume Format Page Limitation Volume I - Mission Capability MS Word 2007 or higher/Unprotected pdf 60 Page limit Volume II - Past Performance MS Word 2007 or higher/Unprotected pdf 25 Page limit Volume III - Price MS Word 2007/MS Excel 2007 or higher None Additional format requirements for quotes to Volumes I and II must be as follows: • Font: Times New Roman 10 • Elaborate formats, bindings or color presentations are not desired or required. • Work Samples, resumes, signed contractor teaming arrangements, labor category descriptions, charts, graphs, tabs, diagrams, tables, photographs, drawings, title page, table of contents, covers for volumes, glossary of terms/abbreviations and acronyms, indices, section dividers, and section dividers are excluded from the page limitation. • All volumes must be clearly marked as either "Volume I - Mission Capability, Volume II - Past Performance, or "Volume III - Price", respectively. (3) Quote Content: a. Volume I - Mission Capability: The Mission Capability volume shall be clear, concise, and include sufficient detail for effective evaluation and for substantiating the validity of stated claims. Legibility, clarity and coherence are very important. The Technical volume shall be organized according to the following general outline: These criteria are listed in order of their importance. 1. Management Plan Demonstrate the availability of resources needed to manage a fluctuating workload and successfully complete multiple, concurrent NIEHS projects in a timely manner Proposed staffing plan (qualifications, education, & experience of Offeror's personnel) to meet the objectives of the contract. Include confirmed commitments of proposed subcontractors, consultants, business partners, etc., capability of all parties to work as an effective team, and demonstrated past-experience working as a team. Demonstrated creativity and thoroughness in understanding the objectives of the PWS. Describe quality control plan and oversight to assure adherence to the requirements of a performance based service contract. Ability to resolve unanticipated problems (e.g., replacing possible loss of key staff and subcontractors; managing emergencies outside normal work hours) and integrate new processes and technology enhancements. 2. Qualifications/Experience of Key Personnel Offerors must explain their rationale for designating certain positions in their staffing plan as key personnel positions. Resumes shall be provided for all proposed key personnel. 3. Sample Task Order Detailed technical description including a timeline indicating how the Offeror will meet the Task Order requirements. Mix of personnel and their proposed level of effort. b. Volume II - Past Performance: The Past Performance volume shall be clear, concise, and include sufficient detail to demonstrate the Quoter possesses the relevant technical experience required to successfully perform the contract requirements. The Quoter shall submit the following information: (a) Tab 1 - References: The Quoter shall provide a minimum of three (3) references.  A list of three (3) references with who like or similar services has been provided within the past three (3) years. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. The past performance references must include: • Project title • Description of the project • Contract/task order number and, if applicable • Total contract value and type of contract • Company Name/Government Agency/Organization • Point of Contacts/Contracting Officer's name and telephone number. • Current status, e.g. completed and/or if in progress start and estimated completion dates.  Quoter shall submit sufficient past performance information to demonstrate the depth and breadth to successfully satisfy all task areas. It is incumbent upon the contractor to present the past performance information in such a manner and in sufficient detail to ensure the Government clearly understands the information provided. Submissions should explain the aspects of the contracts/references that are deemed relevant to the effort. Include a discussion of significant achievements or explain past problems considered to be relevant to the efforts, as well as past efforts to identify and manage program/project risk. In describing contractual effort and the past performance, include specific details of performance as follows and as applicable: • Quality of services • Timeliness of performance and record of meeting schedules o Ability to understand and resolve deficiencies in a timely manner with no adverse impact on the mission o General responsiveness to contract requirements and to technical direction • Customer satisfaction. c. Volume III - Price Submission: The price volume shall be organized according to the following general outline: (a) Tab 1 - RFQ Documents. The contractor must submit the following documents as part of the RFQ Document: 1. Cover Letter: This statement page shall also include the following information: Company Name/Address: ____________________ DUNS #: ________________________________________ Cage Code: ____________________ Federal Tax ID: ____________________ Point of Contact (POC): ____________________ POC Title/Phone/Fax/E-mail: ____________________ 2. Representation, Certifications, and Other Statements of Quoter: In accordance with provisions FAR 52.212-3, Offeror Representations and Certifications--Commercial Items, IF YOU INTEND TO SUBMIT A QUOTE, YOU MUST: (1) Go to the Online Representations and Certifications Application (ORCA) and complete the Representations and Certifications. Offerors must access ORCA through the System for Award Management (SAM) at http:// www.sam.gov; and (2). Complete, and INCLUDE as part of your price quote. (b) Tab 2 - Price Quote. The contractor shall submit the following documents as part of the Price Quote: Contract Pricing List (for work under Attachment I - General SOW): The Quoter shall complete the pricing list below for items that will be incorporated into the resultant contract. Base Contract (Year 1) Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 100 $ $ Designer 700 $ $ Architect 60 $ $ CAD Operator 600 $ $ Supervisor Furniture Installer 450 $ $ Furniture Installer 650 $ $ Supervisor Mover 60 $ $ Mover 80 $ $ Archibus Consultant Programmer 80 $ $ Archibus Support Technician 80 $ $ Total $ Year 2 Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 100 $ $ Designer 700 $ $ Architect 60 $ $ CAD Operator 600 $ $ Supervisor Furniture Installer 450 $ $ Furniture Installer 650 $ $ Supervisor Mover 60 $ $ Mover 80 $ $ Archibus Consultant Programmer 80 $ $ Archibus Support Technician 80 $ $ Total $ Year 3 Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 100 $ $ Designer 700 $ $ Architect 60 $ $ CAD Operator 600 $ $ Supervisor Furniture Installer 450 $ $ Furniture Installer 650 $ $ Supervisor Mover 60 $ $ Mover 80 $ $ Archibus Consultant Programmer 80 $ $ Archibus Support Technician 80 $ $ $ Year 4 Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 100 $ $ Designer 700 $ $ Architect 60 $ $ CAD Operator 600 $ $ Supervisor Furniture Installer 450 $ $ Furniture Installer 650 $ $ Supervisor Mover 60 $ $ Mover 80 $ $ Archibus Consultant Programmer 80 $ $ Archibus Support Technician 80 $ $ $   Year 5 Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 100 $ $ Designer 700 $ $ Architect 60 $ $ CAD Operator 600 $ $ Supervisor Furniture Installer 450 $ $ Furniture Installer 650 $ $ Supervisor Mover 60 $ $ Mover 80 $ $ Archibus Consultant Programmer 80 $ $ Archibus Support Technician 80 $ $ $ Six Month Option to Extend Labor Category Estimated Hours Hourly Rate Total Lead Designer/Project Manager 50 $ $ Designer 350 $ $ Architect 30 $ $ CAD Operator 300 $ $ Supervisor Furniture Installer 225 $ $ Furniture Installer 325 $ $ Supervisor Mover 30 $ $ Mover 40 $ $ Archibus Consultant Programmer 40 $ $ Archibus Support Technician 40 $ $ $   Grand Total Labor Category Estimated Hours Total Lead Designer/Project Manager 550 $ Designer 3850 $ Architect 330 $ CAD Operator 3300 $ Supervisor Furniture Installer 2475 $ Furniture Installer 3575 $ Supervisor Mover 330 $ Mover 440 $ Archibus Consultant Programmer 440 $ Archibus Support Technician 440 $ $ - Instructions: This list will be used in the pricing and negotiation of future task orders and must list rates that reflect the maximum rates to be paid for services/items throughout the life of the contract. The labor categories must be an exhaustive list of all labor categories to be used in performance of the contract. Hourly rates must be fully loaded inclusive of escalation rates per year, fringe, overhead, training, vacation, sick, and holiday pay, overhead, G&A, and fee/profit. The Quoter shall identify any indirect rates (G&A, Overhead, Material Handling, etc.) that will be applied to Travel. The indirect rate for travel & ODC must remain fixed throughout the life of the contract. Sample Task Order (see attachments): The Quoter shall complete the table below utilizing rates from the Contract Pricing List. No. Labor Categories Hourly $ Hours Total $ 1 Add as needed $ _______ _______ $ _______ 2 Add as needed $ _______ _______ $ _______ 3 Add as needed $ _______ _______ $ _______ 4 Add as needed $ _______ _______ $ _______ 5 Add as needed $ _______ _______ $ _______ 6 Add as needed $ _______ _______ $ _______ 7 Add as needed $ _______ _______ $ _______ 8 Add as needed $ _______ _______ $ _______ TOTAL $ _______ Instructions: Rates must be based on the prices in the Contract Pricing List The pricing must not include any assumptions The Government will not be subject to any Contractor terms and conditions 5. Replace paragraph (c) entitled "Period of acceptance of offers" with the following instruction: (c) Period of acceptance of offers. The Quoter agrees to hold the prices in its offer firm for 30 days from the date specified for receipt of offers. 6. Replace paragraph (e) entitled "Multiple offers" with the following instructions: (e) Multiple offers. Quoter shall submit only one offer presenting the terms and conditions or commercial items for satisfying the requirements of this solicitation. (End of Addendum)  2. EVALUATION FACTORS FOR AWARD FAR CLAUSE 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) IS APPLICABLE TO THIS SOLICITATION (a) Basis for Award. The Federal Acquisition Regulation (FAR), as supplemented by the Health and Human Services Acquisition Regulation (HHSAR) will be used to evaluate the quote and award this requirement. The major evaluation factors for this solicitation include Factor I, Mission Capability (which encompasses three (3) sub factors), Factor II, Past Performance, and Factor III, Price. Although the Mission Capability factor is of paramount consideration in the award of the contract, past performance and price are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government will utilize a tradeoff approach to determine the Quoter who provides the best value to the Government. The Government intends to make one (1) award to the Quoter whose submission provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each submission will be evaluated carefully. Each submission must document the feasibility of successful implementation of the requirements of the SOLICITATION. Quoters must submit information sufficient to evaluate their submission based on the detailed factors listed below. Mandatory Criteria • The project manager must have a minimum of a B.S. degree in Interior Design and possess project management expertise in projects similar to those requested under this contract. • All designers proposed to provide design services under this contract must have a minimum of a B.S. degree in Interior Design. • Architects performing work under this contract must be licensed in the state of North Carolina. • Furniture installers performing work under this contract must have experience installing Steelcase and Kimball furniture. • The Contractor must demonstrate that "key personnel" can respond on-site within one hour of receiving a call from the COR, 24-hour per day, 365 days of the year, including weekends and holidays (see Attachment #3, Performance Work Statement, II, b.). • Training and experience in the most recent version of AutoCAD 2008 used for the development and maintenance of architectural as-built CAD drawings. • Training and expertise in the most recent version of Archibus FM 16 which is used to manage all institute space. • IT consultants who are trained, experienced, and qualified to provide various computer support services for Archibus FM specifically for installing, configuring, training, customizing, and supporting Archibus FM. 1. FACTOR I - MISSION CAPABILITY: The Government will evaluate the technical submission to ensure it is acceptable or higher. Each submission will be rated utilizing the ratings defined below (price excluded). Technical Factor evaluation provides an assessment of the Quoter's capability to satisfy the Government's minimum requirements. A Quoter must receive an adjectival rating of acceptable or above for each sub factor. Failure to meet the criteria will render the response not eligible for award. The Quoter's submission shall be evaluated to ensure they demonstrate: (a) Sub factor 1 - Management Plan: Management Concepts and Organization Plan Summary: An arrangement that results in the greatest efficiencies with the maximum service to the Government. Management's ability to meet the objectives of the basic contract and task orders; A comprehensive organizational structure that clearly demonstrates how the requirement will be managed to successfully execute the contract requirements; An efficient and effective approach for managing and controlling team members in multiple functional areas and various travel locations, to include subcontractors that demonstrate a low risk to the Government in executing the contract requirements. (b) Sub factor 2 - Qualifications/Experience of Key Personnel: (see mandatory criteria above) A feasible teaming arrangement which demonstrates ability to function successfully and cohesively. A plan that demonstrates the suitable labor categories, and staffing mix needed to successfully execute the requirements of the SOW based on qualifications, education levels, knowledge and expertise, and certifications of specified labor categories. - Experience that demonstrates they possess a clear understanding and familiarity with the work needed to successfully execute the requirements of the SOW. Properly executed, signed contractor teaming arrangements, and/or binding commitment(s) (partnerships, joint ventures, prime contractor/ subcontractor(s)), if applicable. (c) Sub factor 3 - Sample Task Order Technical Solution: A sound approach that demonstrates the suitable labor categories, staffing mix, and man-hours needed to successfully execute the task order. Solutions that are considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements, The ability to successfully execute the approach proposed. A concise and clear approach to accomplish the Government's requirement Evaluation List for Technical Evaluation Criteria Rating Definition Outstanding The Quoter greatly exceeds the minimum requirements of the SOW. The technical submission possesses numerous (5 or more) significant strengths (that are not offset by flaws) and no weaknesses, significant weaknesses, or deficiencies. Merits are of significant recognizable benefits to the Government. The risk of unsuccessful contract performance is extremely low. Good The Quoter exceeds the minimum requirements of the SOW. The technical submission possesses one or more significant strengths (that are not offset by flaws) and no weaknesses, significant weaknesses, or deficiencies. Merits are of recognizable benefits to the Government. The risk of unsuccessful contract performance is very low. Acceptable The Quoter meets the minimum requirements of the SOW. The technical submission possesses one or more strengths (that are not offset by flaws) and no weaknesses, significant weaknesses, or deficiencies. The risk of unsuccessful contract performance is low. Marginal The Quoter does not meet or only marginally meets requirements. Significant weaknesses and/or numerous weaknesses and/or a deficiency exists in areas that are important. May be difficult to achieve success or can occur only with increased levels of treasury oversight. The risk of failure is increased. The risk of unsuccessful contract performance is high. Unacceptable The Quoter failed to meet the minimum requirements of the SOW and has a combination of the following: a deficiency, or deficiencies and/or numerous weaknesses/significant weaknesses. The deficiencies are so significant that a total resubmission is required to adequately address them. The risk of failure is very high. NOTE: A Quoter must receive an adjectival rating of acceptable or above for each sub factor. Failure to meet the criteria will render the response not eligible for award. The Government will not make an award to any Quoter with an unacceptable rating or a deficiency in ANY factor or sub factor. 2. FACTOR II - PAST PERFORMANCE: The Government will assess the Quoter's recent and relevant past performance as a measure of the Government's confidence in the likelihood of the Quoter to successfully perform based on previous and current contract efforts. Recent past performance is defined as not more than three years from the RFQ release date; relevant in terms of size, scope, and complexity. The submission will be evaluated on the following: (a) Relevancy of information obtained from references provided by the Quoter, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the Quoter concerning problems encountered on the identified contracts and corrective action taken. (b) Relevancy of past performance to the SOW in quality of services; timeliness of performance and record of meeting schedules; ability to understand and resolve deficiencies in a timely manner with no adverse impact on the mission, general responsiveness to contract requirements and to technical direction; and, customer satisfaction.   Evaluation List for Past Performance • Rating • Definition • No Rating • A "No Rating" rating indicates the Quoter without a record of relevant past performance or for whom information of past performance is not available; the Quoter will not be evaluated either favorably or unfavorably. • Outstanding • An "Outstanding" rating indicates that minimal risk is anticipated with delivery of quality product, on time, or of any degradation of performance or lack of customer satisfaction based upon Quoter's past performance. • Acceptable • An "Acceptable" rating indicates that there is some potential risk anticipated with delivery of quality product, on time, and of degradation or lack of customer satisfaction based upon Quoter's past performance. • Marginal • A "Marginal" rating indicates that there is significant potential risk anticipated with delivery of quality product, on time, and of degradation of performance based on the Quoter's past performance. (A rating of marginal does not by itself make the quotation ineligible for award). • Unacceptable • An "Unacceptable" rating indicates that serious doubt exists based on the Quoter's performance record that the vendor can perform the contract. 3. FACTOR III - PRICE: Price will not be assigned an adjectival rating. The Government will evaluate the total price of the STO to determine if the Quoters price is fair and reasonable utilizing price analysis techniques in accordance with the guidelines in FAR Part 13 (a task order award will not be issued for the STO). For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106. (b) Options. As part of the price fair and reasonable determination, the Government will evaluate its option to extend services (see FAR Clause 52.217-8) by using six (6) months of the last years ceiling and the unit prices for the last year quoted in the Contract Pricing List for the option period. The Quoter shall not submit a price for the potential six (6) month extension of services period. The Government may choose to exercise the Extension of Services at the end of the performance period, utilizing the rates of that performance period. (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, whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIEHS/NIEHS201800016/listing.html)
 
Place of Performance
Address: 111 TW Alexander Drive, RTP, North Carolina, 27709, United States
Zip Code: 27709
 
Record
SN05063409-W 20180831/180829231940-0deee7587a022885937e25b54923aa22 (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.