SOLICITATION NOTICE
66 -- � Brand Name MVE manufacturer, liquid Nitrogen freezer with Stainless Steel Racks, including shipping and Installation
- Notice Date
- 5/25/2022 6:37:12 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2123287-1
- Response Due
- 6/8/2022 1:00:00 PM
- Archive Date
- 06/23/2022
- Point of Contact
- DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
- E-Mail Address
-
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2123287-1 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed 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 2022-06 Effective May 1, 2022 The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees.� The requirement is being competed with a brand name restriction, and with a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: ��� �Brand Name MVE manufacturer, liquid Nitrogen freezer With Stainless Steel Racks, including shipping and Installation. � ��� �Installation of the liquid nitrogen freezer will require installing and connecting to existing electronic, plumbing, and centralized LN source infrastructure of Building 4 (National Institutes of Health main campus in Bethesda, MD), specifically the plumbing and centralized N2 system while maintaining all State and Local codes. ��� �Due to the unique building structure and the age of the existing electronic, plumbing, and centralized LN source infrastructure of Building 4 (National Institutes of Health main campus in Bethesda, MD), specifically the plumbing and centralized N2 system. To be considered for this opportunity, The Government is requiring an On-Site Visit from any offeror to ensure installation procedures are known and addressed due to the aging systems, specifically the plumbing and centralized N2 system.� ��� �Any damage caused as a result from the installation of the unit, or to the lab will be repaired at the expense of the awarded offeror.� ��� �The vendor must uninstall, remove, and dispose of the existing freezer this new unit will replace, and this must be done in coordination with the property management group at NIH. Quotes MUST reflect the exact manufacturers number as below: Brand Name Requirement, MVE Catalog numbers:� 1) QTY: 1 - Catalog # 20538462 �MVE 1539R-190AF-GB, high-efficiency, liquid Nitrogen freezer 2) QTY: 26 - Catalog # �V-13-2L 13/2 Stainless Steel Vertical Freezer Rack with Locking Rod 3) shipping cost � FOB Destination� 4) Freezer Installation and Set-up by MVE trained technicians Quoting instructions: ��� �Include response to FAR 52.204-26 with your quote. ��� �One (1) On-Site Visit required (Must attend one on-site visit to be considered) o�� �Where: The National Institutes of Health, NIAID, C.W. BILL YOUNG CENTER o�� �Address: 33 North Drive, Bethesda, MD 20892 � o�� �When: June 1, 2022 (or) June 2, 2022� o�� �Time: 11:00 AM (EST) Eastern Standard Time Zone o�� �Contact: Dr Jason Brenchley, B3 level of building 4 �� ��� �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. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By providing an offer to this RFQ, confirms your facilities acceptance, that the Government Terms and conditions shall prevail over this award. The award will be based on the following: Capability to meet the Brand Name Requirements, Delivery date/lead-time and Price. Place of Performance: The National Institutes of Health, 4 Memorial Drive, Bldg. 4 �� Room #201, Bethesda, MD �20892 United States. � FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. �The award will be based on the following: Capability to meet the brand name requirements and price. The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 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 address: �http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall 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). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than June 8, 2022 @ 4:00 pm Eastern Standard Time. Offers may be mailed, e-mailed to Diana Rohlman; (E-Mail diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2123287-1). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� All responsible sources may submit an offer that will be considered by this Agency. � Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman; diana.rohlman@nih.gov �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f14bff753a0f444d9cb2e61a78372134/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06338825-F 20220527/220526100801 (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 |