Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2021 SAM #7189
SOLICITATION NOTICE

65 -- Individually Ventilated Cage (IVC) Rack System, Installation, and Callibration

Notice Date
8/5/2021 7:27:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2069406
 
Response Due
8/11/2021 3:00:00 PM
 
Archive Date
08/26/2021
 
Point of Contact
Christine Illanes, Phone: 2406273379
 
E-Mail Address
Christine.illanes@nih.gov
(Christine.illanes@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
OVERVIEW: 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; quotes are being requested and a written solicitation will not be issued. The solicitation number is RFQ-NIAID-2069406 and it is issued as a Request for Quotes (RFQ). This acquisition will be awarded under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC 2021-06 and effective 07-12-2021. The North American Industry Classification System (NAICS) code for this procurement is 332999, All Other Miscellaneous Fabricated Metal Product Manufacturing, with a small business size standard of 750 employees. This requirement IS SET-ASIDE for small business. STATEMENT OF NEED: National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center (VRC), Translational Research Program (TRP) is tasked with veterinary care, management, and oversight of the Building 40 vivarium. The Building 40 currently houses approximately 3,000 mouse and guinea pig cages, consisting primarily of mice. Due to the age of the existing mouse racks and the increased demand for mouse housing and the need to replicate the number of existing racks, the VRC/TRP plans to purchase mouse racks, and cage components, cage equipment, and water bottle filler to replace the aged equipment. Type of Contract: Firm-fixed Price Primary Place of Performance: Rockville, MD Delivery Schedule: 120-150 days after receipt of order Period of Performance: One year from award date Anticipated award date: August 31, 2021 See attached Statement of Work (SOW) for details. All responsible and eligible sources may submit a quotation, which will be considered by the agency. INSTRUCTIONS: All quotes must include a point of contact (name, phone number & email) and company information (DUNS # and Cage Code).� For included equipment, state whether the Offeror is the manufacturer and include Country of Origin information. Each response must also include two volumes: a price quote and a separate technical quote that clearly indicates the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor being considered non-responsive and eliminated from further consideration and award. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). [Note: Lack of registration in the SAM will make a vendor ineligible for award]. Submission must be received not later than August 11, 2021 @ 6:00 P.M EST Quote must be submitted via email to the Contract Specialist, Christine Illanes at Christine.illanes@nih.gov or 240-627-3379. Late submissions will be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jul 2021). All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation. The successful vendor�s quote may be incorporated by reference. Reference Solicitation ID: RFQ-NIAID-2069406 on your quote. QUOTATION FORMAT: The total page limit of your technical quotation, exclusive of attachments, is 15 pages.� The total page limit of your submission (including technical quote, Cover Letter, price quote, and other attachments) is 30 pages. The vendor must provide one quote with pricing only and one technical quote. The technical quote must not contain any pricing information. Price Quote: The price quote must be a separate volume from the technical quote. The quote must contain sufficient information to allow the Government to perform an evaluation of the quoted price. The price quote must be based on included equipment and any applicable labor categories, utilizing all discounts. The quote must include an itemized list of the equipment and parts included. If labor is part of the quoted price, identify the labor category(s) to be utilized for this effort, and the fully loaded/burdened hourly rate(s) used for calculating the quoted price. If options are included in your quote, include the overall cost for the option and a summary of what is included in that cost. Technical Quote: The technical quote must: Present several options, as applicable, and demonstrate how the capabilities of equipment fulfill the SOW requirements. Clearly state the plan for delivery, installation, and equipment calibration. Recommended options must be listed separately within the quote, along with a brief summary and explanation of the advantage of the options. Include a detailed explanation of the warranty offered, and how it meets the SOW requirements. Provide up to three previous or current contracts performed within the last seven (7) years that are most similar in size, scope, and complexity to this acquisition. Describe how each example is similar (and dissimilar) to this work. This must include summaries of the work performed, personnel resourcing, dollar values, and points of contact for each example. EVALUATION: The Government intends to award a firm-fixed price purchase order 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. Offerors must provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements. The following factors will be used to evaluate offers: technical approach, past performance, and price. Quotes that do not meet the material terms of this solicitation will not be evaluated. The Government anticipates selecting the offer that represents the best value to the government without engaging in clarifications with quoters but reserves the right should it be deemed in the Government�s best interest. Quoters are strongly encouraged to submit their best technical solutions and price in response to this RFQ. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: ""The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" (Quoter must list exception(s) and rationale for the exception(s).) QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than July 30, 2021 @ 6 PM EST, via email to the Contract Specialist, Christine Illanes at Christine.illanes@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. SPECIAL NOTICE TO VENDORS: Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.�� PROVISIONS AND CLAUSES: 52.252-1 Solicitation 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 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 this/these address(es): https://www.acquisition.gov/ 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) (End of provision) 52.252-2 Clauses Incorporated by Reference. (Feb 1998) 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 this/these address(es): https://www.acquisition.gov/ 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (End of clause) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2021) *Please note that the representations at (d) of FAR 52.204-24 must be completed and returned with all offers. LIST OF ATTACHMENTS Work Statement Invoice Instructions FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2021) (Tailored) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2021)
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1a2af06b21db4737b3a9f23a30d100e9/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06087130-F 20210807/210805230129 (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.