SOLICITATION NOTICE
66 -- Purchase of Horizon A-DXA System and Five-Year Maintenance Agreement
- Notice Date
- 5/20/2020 10:16:07 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-75N95020Q00074
- Response Due
- 6/4/2020 9:00:00 AM
- Archive Date
- 06/19/2020
- Point of Contact
- Diedra Prophet, Phone: 3014028070, Karen Mahon
- E-Mail Address
-
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
- Description
- 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-75N95020Q00074 and the solicitation is issued as a request for quotes. 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a firm fixed price purchase order without providing for full and open competition (including brand-name) to a company that is able to provide a Hologic, Inc,-brand Horizon A-DXA System and Five-Year Maintenance Agreement. Hologic, Inc is located at 250 campus Drive, Marlborough, MA, 01752. This acquisition is conducted as non-competitive for a commercial item or service and is pursuant to (FAR) 13.106-1(b)(1). The rationale for the brand name justification is that the Horizon A-DXA System is the upgraded model from the current Discovery A Continuity model.� The upgraded Horizon A-DXA System model requires continuity in data collections and to maintain the ability to provide valuable data and knowledge of clinical information to health care providers and patients involved in the HANDLS Study that cannot access this information in their current health care settings. Only Hologic brand products will meet the government�s needs.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date March 30, 2020. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement has no set-aside restrictions. The purpose of this requirement is to provide NIA with valuable research data relevant to important health disparities related conditions such as obesity, as well as important longitudinal data on loss of muscle and bone mass with age in our diverse cohort using the Horizon A-DXA System. The maintenance agreement is expected to continue over a five- year period. The contractor shall provide the Hologic A-DXA System, which is the latest in densitometry technology using dual energy X-ray to assess bone density and body composition. The product shall include: (One) Horizon A-DXA System DXA A TRAINING, INITIAL, 2 EIGHT-HOUR DAYS, 1 SITE, MAX 4 STAFF Provide maintenance and repair on the Hologic A for a period of five years through a maintenance agreement. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 30 days after receipt of order (ARO). The Government anticipates including a base year and four option periods for the maintenance agreement. Delivery will be f.o.b. destination.��� The place of delivery acceptance will be to Lifeline Mobile, 2050 McGaw Road, Obetz, OH, 43207. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate - Alternate II (May 2014) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far������������������������������������������������������������������� https://www.hhs.gov/grants/contracts/contract- policies-regulations/hhsar/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000), 15 days, 30 days, 5 years HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020) Standard NIH Invoice and Payment Provisions (2/2014) Interim NIH Invoice and Payment Provisions (4/2020) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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: (i) technical capability of the item offered to meet the Government requirement; (ii) price. Technical capability is significantly more important than cost or price. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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. 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. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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.sam.gov. All offers must be received by Wednesday, May 27, 2020 at 12:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA(AG)-SS-20- 75N95020R00019. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov . Fax responses will not be accepted. The name and of the individual to contact for information regarding the solicitation: Diedra Prophet,�Contract Specialist diedra.prophet@nih.gov Karen Mahon Contracting Officer
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5441e18193754567b3e3df711c0c94b9/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05664587-F 20200522/200520230158 (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 |