Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

66 -- Dry Ice

Notice Date
2/27/2020 4:05:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-(AG)-CSS-75N95020Q00032
 
Response Due
3/4/2020 9:00:00 AM
 
Archive Date
03/19/2020
 
Point of Contact
Andrea Clay, Phone: 3014802449
 
E-Mail Address
amcgee@nida.nih.gov
(amcgee@nida.nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THE RESPONSE DATE HAS BEEN CORRECTED TO 3/4/2020. Dry Ice HHS-NIH-NIDA-(AG)-CSS-75N95020Q00032 INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-(AG)-CSS-75N95020Q00032 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY� � This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 325120 Industrial Gas Manufacturing and the small business size standard $20.5 dollars. DESCRIPTION OF REQUIREMENT � Background: The National Institutes on Aging has a need for dry ice will associated deliveries to the Biomedical Research Center (BRC) Building as well as the TRIAD Building located on the JHBMC. The need for dry ice is critical for the preservation and transportation of samples for all eleven (11) labs at NIA/IRP. Purpose and Objectives: The purpose of this acquisition is to procure a supplies and delivery of dry ice in pellet form. Scope of Work: The Contractor shall provide the Government with delivery of dry ice in pellet forms to two locations specific NIA facilities on the Johns Hopkins Bayview Medical Campus (JHBMC) in Baltimore, MD. � Anticipated period of performance:� �12 months Place of Performance: 251 Bayview Blvd Baltimore, MD 21224 Attachments: 1. Statement of Work 2. 52.204-25_Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 3. 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Please complete and resubmit with offer) Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. � APPLICABLE CLAUSES AND PROVISIONS � The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies; The Clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies; The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. Offers must include 52.204-24 Representation Regarding Certain Telecommunication and Video Surveillance Services or Equipment with their offer. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Respondents that believe that they are manufacturers or authorized resellers of the product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.beta.SAM.gov, which may be indicated on the Offeror's cover sheet. � EVALUATION CRITERIA The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be ""technically acceptable"" or ""technically unacceptable"" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. CLOSING INFORMATION In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.beta.sam.gov."" All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by March 4, 2020 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-75N95020Q00032. Responses may be submitted electronically to amcgee@mail.nih.gov. For information regarding this solicitation, contact Andrea Clay by email at amcgee@mail.nih.gov or by phone at (301) 480-2449.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b7d44d76ae544a74972a7f5a86cfb756/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05574740-F 20200229/200227230142 (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  © 1994-2020, Loren Data Corp.