Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 01, 2019 SAM #6576
SOLICITATION NOTICE

Q -- System Relocation

Notice Date
11/29/2019 10:29:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
NIH, NICHD, OD OAM OFC ADMIN MGMT BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N94020Q00003
 
Response Due
12/6/2019 8:00:00 AM
 
Archive Date
12/21/2019
 
Point of Contact
Verne Grifin, Phone: 3015947730, Kyle Wisor, Phone: 3018277736
 
E-Mail Address
verne.griffin@nih.gov, kyle.wisor@nih.gov
(verne.griffin@nih.gov, kyle.wisor@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is RFQ-75N94020Q00003 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-99. The North American Industry Classification (NAICS) Code is 541990 with a size standard of $15 Million. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure System Relocation.Tecnai T12 microscope relocation SN# D1181NIDDK has procured a new microscope. The room that accepts the new microscope already had an older type microscope Tecnai T12 that needs to be moved to another location. This request is for the Baseline test, De-installation, site survey and Re-installation/Calibration of the above said T12 microscope involved during the moving. The date needed is an estimation. To relocate the T12 from building 8 B2-A20 to building 50 B406. The laboratory requires the Baseline test, De-installation, site survey and Re-installation/Calibration of the T12 microscope in order to make the moving successful.Equipment Performance Baseline:Equipment performance level immediately prior to dismantling the microscope for movement.Equipment De-Installation:Scope of work will include but is not limited to, travel to/from site, removal of covers, disconnecting of associated cables between units, removal of HV gun and cable, securing of column for transport, and packing of all accessories, manuals, spare parts, etc.Site Survey:A site survey be performed at the new location to ensure proper performance of the Equipment.Re-Installation/Calibration:The Equipment will be reinstalled in the reverse manner of the dismantle. Perform Equipment baseline to ensure Equipment performance meets pre-move conditions (conditional on new location meeting environmental requirements).The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.Technical Factors:1. The contractor will be evaluated on their demonstrated ability to perform the required services.Past Performance: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:1. Name of Contracting Organization2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)3. Contract Type4. Total Contract Value5. Description of Requirement6. Contracting Officer’s Name and Telephone Number7. Program Manager’s Name and Telephone Number3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. • 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).• 52.222-21, Prohibition of Segregated Facilities (Apr 2015).• 52.222-26, Equal Opportunity (Sept 2016) (E.O.11246).• 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C.793).• 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).• 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513).• 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).• 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).The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST Friday, December 6, 2019. Offerors shall send the quotation/proposal to Verne Griffin at verne.griffin@nih.gov. The quotation must reference Solicitation number RFQ-75N94020Q00003. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: certification to provide OEM service and parts, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”Faxed copies will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/272b0afa72ae4b89bf3a8e61f0bbdee0/view)
 
Place of Performance
Address: 7125, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05505307-F 20191201/191204043902 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.