Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 06, 2019 FBO #6494
SOLICITATION NOTICE

R -- National Cancer Institute Office of the Director Courier and Mail Services - Package #1

Notice Date
9/4/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561210 — Facilities Support Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions - Shady Grove, 9609 Medical Center Drive, Rockville, Maryland, 20850, United States
 
ZIP Code
20850
 
Solicitation Number
75N91019Q00166
 
Archive Date
9/25/2019
 
Point of Contact
Miguel Diaz, Phone: 2402765439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 FAAR 52.204-25 FAR 52.204-24 75N91019Q00166 - 1449 75N91019Q00166 SOW The National Institutes of Health (NIH), National Cancer Institute (NCI), Office of the Director plans to procure Courier and Mail Services. This procurement will be a competitive 8(a) set-aside. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR subpart 13.5 - Simplified Procedures for Certain Commercial items. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. 75N91019Q00166 includes all applicable provisions and clauses in effect through FAR FAC 2019-02 (June 2019) simplified procedures for commercial items. Commercial terms and conditions, FAR 52.212-4 and 52.212-5, shall apply to any acquisition related to this notice. FAR 52.202-24 and FAR 52.202-25 are also applicable, are attached, and FAR 52.202-24 shall be completed and submitted with any quotes provided in response to this notice. The North American Industry Classification System code is 561210 and the business size standard is $22,000,000. The anticipated award shall be a single award, firm-fixed price, severable Purchase Order. It has been determined there are no opportunities to acquire green products or services for this procurement. The period of performance of the resulting award shall consist of a 12-month base period and four (4) 12-month ordering option periods as follows: Base Period:September 30, 2019 through September 29, 2020 Option Period One:September 30, 2020 through September 29, 2021 Option Period Two:September 30, 2021 through September 29, 2022 Option Period Three:September 30, 2022 through September 29, 2023 Option Period Four:September 30, 2023 through September 29, 2024 See attached Statement of Work (SOW) for additional information. OBJECTIVE The objective of the courier service is to get critical documents to NCI staff within 24 hours (and often the same day) rather than routing documents through the NIH mail system. NIH mail service takes 2-3 days since collections and deliveries only occur once a day, and all mail must be sorted for distribution at a centralized mail center. Some groups, such as the NCI Ethics Office, require a confirmation of receipt as well. Mail collection and delivery is needed to the labs and offices in building 37 since there are no mail cluster boxes in the building for NIH mail services to deliver to. SCOPE The Contract shall manage daily courier services for the NCI to various designated locations both on and off the NIH campus. The buildings on campus are 1, 2, 3, 10, 15D2, 31, 37, 41, and 50, and the off-campus buildings are 82, 6011, 9609 (Medical Center Dr), ATC (Grovemont Circle), Rockwall I, and 2115 E. Jefferson. The courier service will include two types of support: 1.) a daily set schedule and 2.) an emergency service. Emergency service consists of delivery to a room not on the schedule and has only been needed a couple times a year historically. The daily set deliveries as shown on the attached schedule will take place each day at the same time, Monday through Friday with the exception of Federal holidays and other Government related closings. The deliveries will contain documents, letters, etc., weighing less than 10lbs. that need to be delivered without delay (same day) rather than going through the NIH mail systems to designated areas at each stop. The total number of mail stops/rooms per building is as follows: On Campus: Building 31 (31 Center Drive, Bethesda)- number of stops 12; Building 15D2 (8 West Drive, Bethesda)-number of stops 1; Building 41 (41 Medlars Drive, Bethesda)-number of stops 1; Building 10 (10 Center Drive, Bethesda)-number of stops 20; Building 37 (37 Convent Drive, Bethesda)-number of stops 4; Building 1 (1 Center Drive, Bethesda)-number of stops 5; Building 2 (2 Center Drive, Bethesda)-number of stops 1; Building 3 (3 Center Drive, Bethesda)-number of stops 1; Building 50 (50 South Drive, Bethesda)-number of stops 1; Off Campus: Building 82 (9030 Old Georgetown Road, Bethesda)- number of stops 1; 6011 Executive Blvd, Rockville-number of stops 2 2115 East Jefferson St, Rockville-number of stops 2 6909 Medical Center Dr, Rockville-number of stops 7 11400 Rockville Pike (Rockwall 1)number of stops 1 8717 Grovemont Circle, Gaithersburgnumber of stops 1 Pick-ups and deliveries are not needed to each stop during each run, and some are only as needed in the morning or afternoon as noted on the attached schedule. The contractor shall make the runs in the morning starting at 9:00am and ending around 12:00pm, and the afternoon starting at approximately 1:10pm and ending around 4:30pm. These times may vary slightly due to parking, weather, etc. For deliveries from the NIH Ethics Office in 9609/room 3W342, NCI shall require a confirmation of receipt. A copy of the route slip that is on every package must be signed by the person that accepts delivery, and then returned to the Ethics Office for their tracking purposes. All these stops are noted on the schedule, Attachment 1. The mail stop in 31/2B47 is only necessary 2-3 times a week. The contractor shall use their own vehicle. NCI will not be responsible for parking tickets or any traffic violations. Additional NCI locations may be added or deleted during the contract period due to renovations, relocations and reorganizations within the institute. The contractor shall provide mail services for buildings 31 and 37 (both on campus buildings in Bethesda). Mail shall be picked up from the NIH designated area in each of these buildings and sorted by contractor personnel for delivery to final destination. Deliveries and pickups shall be made to the areas once a day at either approximately 10am or 2pm depending on the NIH Mail Services delivery schedule. Occasionally, special deliveries and pickups may be required to rooms that are not part of the regular mail route. The approximate number of mail drops per building is as follows: 21 mail drops in Building 31 72 mail drops in building 37 Other Duties: The contractor shall perform other general, light office duties as required such as answering the phone, copying documents, filing, communicating via e-mail, etc. Knowledge for operating a Signature machine is also required for periodic auto-penning of certificates and other such documents. CONTRACT REQUIREMENTS/ AND PERSONNEL QUALIFICATIONS The contractor shall have experience driving in the Bethesda and Rockville area, and should have familiarity with the NIH campus and buildings. Timeliness and attention to details such as addresses and names on deliverables is essential. PLACE OF PERFORMANCE: Service shall be performed at the following location: The contractor shall start each day's deliveries in building 37 (37 Convent Drive, Bethesda), room 1068. The Project Officer for this task is located in NCI Shady Grove (9609 Medical Center Drive), Rockville, MD, and may periodically ask the contractor to contact him there should any problems arise. REPORT(S)/DELIVERABLES AND DELIVERY SCHEDULE The contractor shall be responsible for daily delivery of mail to designated locations on and off the NIH campus meeting the attached time schedule. Rarely, the contractor shall be required to make "rush" deliveries with a short turnaround time, and deliveries to buildings/rooms not on the daily schedule during normal business hours. The contractor shall also be responsible for sorting the mail dropped in the designated locations. Quarterly reports shall be emailed to the Project Officer for this task within 30 days of the completion of each quarter in either MS Word or Adobe PDF, noting the amount of mail picked up and delivered in building 31 and 37 each month, as well as providing data for special mail deliveries and time spent performing the light office duties. DELIVERABLE DELIVERABLE DESCRIPTION / FORMAT REQUIREMENTSDUE DATE Quarterly ReportProject Summary for the prior 3 months in either Word or PDF format. Quarters end Dec. 31, March 31, June 30 and Sept. 30 30 days after end of quarter 508 Compliance: All reports required herein shall be submitted in electronic format. All electronic reports submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including guidance and specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Making Files Accessible." PAYMENT Payment shall be made monthly, in arrears. Payment authorization requires submission and approval of invoice per the following Invoice & Payment Provisions: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: PROMPT PAYMENT (JUL 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I.INVOICE REQUIREMENTS A.An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an "Original" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1.Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). 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); or, BPA Call Number and BPA Parent Award Number. 7.Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8.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.Identify that payment is to be made using a three-way match. 10.Description of supplies/services that match the description on the award, by line billed.* 11.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. 12.Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B.Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. C.Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the "Consignee" designated for the acquisition in blocks 6A - 6E of the face page of the Order/Award document. II.INVOICE PAYMENT A.Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B.The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III.INTEREST PENALTIES A.An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B.Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV.PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (DEC 2013) A.Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. B.The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. C.Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: FAR 52.217-8 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 30 days. FAR 52.252-1SOLICITATION 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 quoter is cautioned that the listed provisions may include blocks that must be completed by the quoter and submitted with its quotation. In lieu of submitting the full text of those provisions, the quoter may identify the provision by paragraph identifier and provide the appropriate information with its quotation. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. 52.212-1 Instruction to Offerors Commercial Items (October 2018) 52.212-2, Evaluation Commercial Items (October (2014): The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical Approach 2. Personnel Requirements and Organizational Experience 3. Past Performance (evaluated separately but no scored) 4. Price (Price will be evaluated separately but not scored) Technical, personnel requirements, and organizational Experience when combined are significantly more important than price. b)Options. It is anticipated that any contract(s) awarded from this solicitation will contain option provision(s) and period(s) in accordance with FAR Clauses 52.217-6, 52.217-7, 52.217-8, and 52.217-9. In accordance with FAR Clause 52.217-5, Evaluation of Options, (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). c)A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 52.212-3 Offerors Representations and Certifications Commercial Items (October 2018) 52.212-4 Contract Terms and Conditions Commercial Items (October 2018), applies to this acquisition. 52.212-5 Contract terms and Conditions Required to Implement Statutes or Executive Orders---Commercial Items (August 2019). The following additional FAR clauses cited in this clause are applicable: (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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2016) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2013) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-6 Notice of Total Small Business Set-Aside. (Deviation 2019-O0003) 52.219-8 Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUNE 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (JAN 2018) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (SEPT 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-3 Buy American Act--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, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). 52.225-5 Trade Agreements (AUG 2018) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer System for awards Management (OCT 2018) (31 U.S.C. 3332). 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). HHSAR 352.203-70 ANITI - LOBBYING (DEC 2015) HHSAR 352.208-70 PRINTING AND DUPLICATION (DEC 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS. (DEC 2015) HHSAR 352.227-70 PUBLICATIONS AND PUBLICITY (DEC 2015) HHSAR 352.237-74 NON-DISCRIMINATION IN SERVICE DELIVERY (DEC 2015) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov. BASIS FOR AWARD: Selection of an offeror for award will be based on an evaluation of proposals against four factors. The factors, in order of importance are: technical, personnel requirements and organizational experience, past performance and price. All evaluation factors other than price, when combined, are significantly more important than price. However, price may become a critical factor in source selection in the event that two or more offerors are determined to be essentially equal following the evaluation of all factors other than price. The process described in FAR 15.101-1 may be employed, which permits the Government to make tradeoffs among price and non-cost factors to consider award to other than the lowest price offer or other than the highest technically rated factor. The Government intends to make an award to the offeror whose proposals provide 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 set forth in the Combined Synopsis/Solicitation. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the Combined Synopsis/Solicitation. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The Evaluation Process: The Government will award a contract resulting from this quotation to the responsible contractor whose quote conforming to the quotation will be the most advantageous to the Government, price and other factors considered. The following evaluation factors shall be used to evaluate the prospective contractors and are listed in order of importance. 1.Technical Approach (60) 2.Personnel Requirements and Organizational Experience (40) 3.Past Performance (evaluated but not scored) 4.Price (evaluated but not scored) TECHNICAL EVALUATION CRITERIA: 1.Technical Approach: (60 points): The Offeror will be evaluated by the quality and reasonableness of the proposed technical plan as evidence of understanding of the scope, purpose, and complexity of the requirements as described in the Statement of Work (SOW) in enough detail that someone with a rudimentary knowledge of the subject would be able to understand the offeror's ability to perform the work. 2.Personnel Requirements and Organizational Experience: (40 Points): The Offeror will be evaluated by the appropriateness and adequacy of the proposed project personnel and organization experience as it relates to the completion of the requirements in the Statement of Work, including the responsibilities and level of effort for all personnel who will be assigned to the contract. Staff as well as their detailed qualifications must be described. 3.Past Performance (evaluated but not scored) Offerors shall submit the following information as part of their response: A list of the three (3) contracts providing similar services working onsite at the client's facility containing similar tasks completed during the past ten years and all contracts currently in process that are similar in nature to the solicitation. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Quoters that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. Include the following information for each contract or subcontract: 1.Name of Contracting Organization 2.Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3.Contract Type 4.Total Contract Value 5.Description of Requirement 6.Contracting Officer's Name and Telephone Number 7.Program Manager's and Telephone Number 8.Standard Industrial Code Each quoter may be evaluated on their performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the quoter. Also, references other than those identified by the quoter may be contacted by the Government to obtain additional information that will be used in the evaluation of the quoter's organizational experience. The Government may evaluate the quoter's past performance on organizational experience based on information obtained from references provided by the offeror, other relevant past performance on organizational experience information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. 4.Price (evaluated for reasonableness but no scored) Submission instructions: Quoters shall submit Quotation Package responses in two (2) separate files; one (1) SF1449 and one (1) Technical Proposal in response to the Statement of Work and the Technical Evaluation Criteria as specified in FAR 52.212-1 Instructions to Offerors - Commercial Items. Quotation Packages shall be emailed directly to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. Quotation Packages must be received in the NCI-OA contracting office by 12:00 PM EST on September 10, 2019. Please refer to solicitation number 75N91019Q00166 on all correspondence. Faxed quotations will NOT be accepted. Quotations shall be submitted via email to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through SAM.gov. CONTRACT AND PRICING DOCUMENTS •Signed SF1449 (page 1, blocks 12, 17a, 24, 30a, 30b and 30c and other pricing information, if applicable). •Acknowledgement of amendments (if applicable). •A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications of Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov or be registered on SAM with the complete Representations and Certifications. By submission of an offer, the Quoter acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award and during the performance of the required supply or services resulting from this solicitation. Note: Lack of registration in SAM will make a Quoter ineligible for award. •A completed copy of FAR 52.202-24 shall be submitted with all responses. All questions shall be in writing and may be addressed to the aforementioned individual noted above by 12:00 PM EST on September 10, 2019. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award ad Management www.sam.gov. DISCLAIMER This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that theGovernment is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. CONFIDENTIALITY No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/75N91019Q00166/listing.html)
 
Record
SN05430076-W 20190906/190904231035-b55244609bb90b0e3000f3f6a108abc3 (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.