Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 25, 2021 SAM #7146
SOLICITATION NOTICE

T -- Film Assessment and Preservation Consulting Services for the National Library of Medicine

Notice Date
6/23/2021 5:54:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
519120 — Libraries and Archives
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NLM BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N97021R00004
 
Response Due
6/28/2021 9:00:00 AM
 
Archive Date
07/13/2021
 
Point of Contact
Lillie Joseph, Phone: 3018272950, LaDonna Stewart, Phone: 3018277681
 
E-Mail Address
lillie.joseph@nih.gov, ladonna.stewart@nih.gov
(lillie.joseph@nih.gov, ladonna.stewart@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
6/23/2021 - Reposting to all additional time for receipt of�offerors. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information contained in this notice. This procurement is being conducted under Simplified Acquisition Procedures in accordance with FAR Part 13.5: Simplified Procedures for Certain Commercial Items. This announcement constitutes the only solicitation and NO additional written solicitation will be issued. Solicitation 75N97021R00004 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through FAC 2021-04 which includes the consolidation of all Federal Acquisition Circulars through Jan 21, 2021. This requirement is being solicited as a total small business set aside. This NAICS code for this acquisition is 519120 Libraries and Archives. The small business size standard for this acquisition is 16.5 million. The Government intends to issue ONE (1) firm-fixed price type award resulting from this solicitation. It is anticipated that the award from this solicitation will be for a base period of one-year with options for two (2) successive one-year periods. The period of performance begins on or about July 01, 2021. NLM requires the services of a contractor that shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to provide film preservation consulting services as described by the Statement of Work (Attachment A). The Contractor shall comply with all applicable Federal, State and Local laws, executive orders, rules, and regulations applicable to its performance under this order. The following FAR clauses apply to this acquisition: FAR 52.212-1, Instructions to Offerors- Commercial Items (Jan 2021), The following have been tailored to this procurement and are hereby added via addenda: 1. To assure timely and equitable evaluation of the proposal, the Offeror must follow the instructions contained herein. The proposal must be complete, self-sufficient, and respond directly to the requirements of this solicitation. Specific Instructions: The National Library of Medicine (NLM) requires proposals to be submitted via eCPS.: 1) Electronic copy via the NLM electronic Contract Proposal Submission (eCPS) website at https://ecps.nih.gov/ . For directions on using eCPS, go to https://ecps.nih.gov/home/howto and click on ""How to Submit."" NOTE: To submit your electronic proposal using eCPS, all offerors must have a valid NIH External Directory Account, which provides authentication and serves as a vehicle for secure transmission of documents and communication with the NLM. The NIH External Directory Account registration process may take up to 24 hours to become active. Submission of proposals by facsimile or e-mail is not accepted. FAR 52.212-2, Evaluation - Commercial Items (October 2014) is hereby incorporated by reference, with the same force and effect as if it were given in full text. The following have been tailored to this procurement and are hereby added via addenda: (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: Technical and past performance, when combined, are significantly more important than price 1. TECHNICAL FACTORS (Includes Corporate Experience, Technical Approach, and Personnel).�See Attachment 3 for the list of Technical Evaluation Factors applicable to this requirement 2. COST/PRICE FACTORS Offeror(s) cost/price proposal will be evaluated for reasonableness. 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 cost and price analysis techniques as described in FAR 15.404. The Offeror shall submit firm fixed prices for all items listed in Attachment 1 - Block 20.�Schedule of Supplies and Services�(including options). 3. PAST PERFORMANCE An evaluation of offeror's past performance information will be conducted subsequent to the technical�evaluation. However, this evaluation will not be conducted on any offeror whose proposal would not be�selected for award based on the results of the evaluation of factors other than past performance. The Government will evaluate the offeror's past performance based on information obtained from references�provided by the offeror, other relevant past performance 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. The Government will consider the currency and relevance of the information, source of the information,�context of the data, and general trends in the offeror's performance. The lack of relevant a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. b.� OPTIONS. It is anticipated that any contract awarded from this solicitation will contain option provision(s) and periods(s).�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 of 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. FAR 52.212-3 is hereby incorporated by reference, with the same force and effect as if it were given in full text. Each Offeror shall include a completed copy of the provision at FAR 52.212-3 and Alternate I, Offeror Representations and Certifications--Commercial Items (Aug 2020) OR confirmation of current SAM Registration with completed on-line certification; FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018), is hereby incorporated by reference, with the same force and effect as if it were given in full text. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (Oct 2020), FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders � Commercial Items (JAN 2021), is hereby incorporated by reference, with the same force and effect as if it were given in full text. FAR 52.252-1 Solicitation Provisions Incorporated by Reference, February 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 Contract 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 proposal. In lieu of submitting the full text provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its proposal. Also, the full text of a solicitation provision may be accessed electronically at this address: http://www.acquisition.gov. Additionally, the following Key Clauses and Provisions apply to this acquisition: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.217-8 Option To Extend Services (November 1999); FAR 52.217-9 Option to Extend the Term of the Contract (March 2000); FAR 52.232-18, Availability of Funds (April 1984); FAR 52.242-15, Stop Work Order (August 1989) with Alternate I (April 1984); FAR 52.242-17, Government Delay of Work (April 1984); FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (October 2018). IMPORTANT DATES AND TIMES 1. Vendors must submit questions via email to Lillie Joseph Contract Specialist, Lillie.joseph@nih.gov. The deadline for vendors to submit questions is 12:00pm Local Time, Wednesday, June 16, 2021. 2. To be considered, all proposals must be received via the eCPS by: 12:00 PM. Local Time, Monday, June 28, 2021.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d165d22296db414d88d422246d3088b6/view)
 
Record
SN06040064-F 20210625/210623230108 (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.