Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2022 SAM #7520
SOLICITATION NOTICE

66 -- Hydrogen Peroxide Decontamination Unit

Notice Date
7/1/2022 6:33:13 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
FDA-RFQ-22-1255366
 
Response Due
7/20/2022 1:00:00 PM
 
Archive Date
07/20/2022
 
Point of Contact
Elena Tatarov, Phone: 4103703799
 
E-Mail Address
elena.tatarov@fda.hhs.gov
(elena.tatarov@fda.hhs.gov)
 
Description
Specifications/Requirement The contractor shall meet the following salient specifications for the Hydrogen Decontamination Unit:� Minimum Technical Requirements: The Hydrogen Decontamination Unit shall:�� Perform by aerosolization of hydrogen peroxide.�� Feature a sensor with remote wide-range hydrogen peroxide probes.� Be able to be operated with remote wireless control.� Feature a safety monitor and an integrated aeration unit.� Feature range finding ability using a digital laser.� Have 120V/60Hz electrical requirements.� Feature an audit trail function to ensure 21 CFR Part 11 Compliance.� Trade and Service Specifications� 1. The equipment shall be a newly manufactured unit, not used and refurbished or previously used for demonstration.�� 2. FOB Point destination shall include delivery to Northeast Food & Feed Laboratory (NFFL) loading dock.�� 3. The entire system shall be warranted for parts and labor for 12 months from the date of formal government acceptance.� The contractor shall also be capable of servicing the instrument through the covered warranty period.� The system shall include at least a one (1) year warranty and shall include at a minimum: coverage on all non-consumable items and parts supplied including base instrument, factory-certified replacement parts, engineer labor and travel costs.�� Place of Performance/Shipping Destination� POC:��Dr. Barbara Paul� Food and Drug Administration,� Northeast Food & Feed Laboratory� 158-15 Liberty Avenue� Jamaica, NY 11433-1034� F.o.b. destination The delivery or services must be during regular business hours (Monday-Friday) during the times of 8:00 AM � 4:00 PM, excluding holidays.�� Government Holidays� January�� (New Year�s Day)� September (Labor Day)� January (Martin Luther King Day)� October (Columbus Day)� February (President�s Day)� November (Veterans Day)� May (Memorial Day)� November (Thanksgiving Day)� June (Juneteenth)� December (Christmas Day)� July (Independence Day)� Period of Performance� Equipment shall be delivered no later than 30 days after award date.� Type of Contract: Firm-Fixed-Price (FFP); The Government anticipates issuing a firm fixed-price purchase order. Set Aside: N/A Instructions to Offeror for Proposal Submission FAR 52.212-1 Instructions to Offerors�Commercial Items (Jun 2020) PROPOSAL SUBMISSION FORMAT: *The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition.* QUOTES DUE: All quotes are due, electronically via email to Elena.Tatarov@fda.hhs.gov for the RFQ no later than July 20th, 2022, 4:00 p.m. Eastern Time. Late submissions may not be evaluated. The subject line shall read: FDA-RFQ-22- 1255366 � Hydrogen Peroxide Decontamination Unit. The offeror or applicant shall submit all electronic documents for Microsoft Office suite products without the use of �macros�. When submitting proposals via email, DO NOT include .exe, .mso, or any other executable file types that could potentially trigger email security protections (i.e. email blocks, quarantine). If the offeror or applicant submits documents that contain macros, macro referenced files, and/or executable files, the Government will not be able to view or open such documents and the submission will be considered non-responsive to the solicitation. No additional time will be given to an offeror or applicant to correct the document submission and the Government will not inform the offeror or applicant that their submission is non-responsive prior to award. It is the offeror�s or applicant�s responsibility to ensure all electronic documents are submitted without the use of macros. Basis for Award/Evaluation Criteria The Government shall award a firm fixed price contract resulting from this solicitation to the responsible Quoter using the lowest price, technically acceptable (LPTA) evaluation method. The Government intends to evaluate quotes and award an order without discussions. Quoters' initial quote should contain the Quoters� best terms from a price standpoint. The Government requests the Contractor to provide discounts off their established pricing for each line item. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The following factors shall be used to evaluate quotes: Lowest price, technically acceptable (LPTA). FDA Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Jan 2022) (a)�������� All Invoice submissions for goods and or services must be made electronically through the U.S. Department of Treasury�s Invoice Processing Platform System (IPP). http://www.ipp.gov/vendors/index.htm (b)�������� Invoice Submission for Payment means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract, or the clause 52.212-4 Contract Terms and Conditions � Commercial Items included in commercial items contracts. The IPP website address is: https://www.ipp.gov. (c)��������� ----- (1)�������� The Agency will enroll the Contractors new to IPP.� The Contractor must follow the IPP registration email instructions for enrollment to register the Collector Account for submitting invoice requests for payment.� The Contractor Government Business Point of Contact (as listed in SAM) will receive Registration email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 � 5 business days of the contract award for new contracts or date of modification for existing contracts. (2)�������� Registration emails are sent via email from ipp.noreply@mail.eroc.twai.gov.� Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email to IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.� (3)�������� The Contractor POC will receive two emails from IPP Customer Support, the first email contains the initial administrative IPP User ID. The second email, sent within 24 hours of receipt of the first email, contains a temporary password. You must log in with the temporary password within 30 days. (4)�������� If your company is already registered to use IPP, you will not be required to re-register. (5)�������� If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment as authorized by HHSAR 332.7002, a written request must be submitted to the Contracting Officer to explain the circumstances that require the authorization of alternate payment procedures.� (d)�������� Invoices that include time and materials or labor hours Line Items must include supporting documentation to (1) substantiate the number of labor hours invoiced for each labor category, and (2) substantiate material costs incurred (when applicable). (e)�������� Invoices that include cost-reimbursement Line Items must be submitted in a format showing expenditures for that month, as well as contract cumulative amounts. (1)�������� At a minimum the following cost information shall be included, in addition to supporting documentation to substantiate costs incurred. -������������ Direct Labor - include all persons, listing the person's name, title, number of hours worked, hourly rate, the total cost per person and a total amount for this category; -������������ Indirect Costs (i.e., Fringe Benefits, Overhead, General and Administrative, Other Indirects)- show rate, base and total amount; -������������ Consultants (if applicable) - include the name, number of days or hours worked, daily or hourly rate, and a total amount per consultant; -������������ Travel - include for each airplane or train trip taken the name of the traveler, date of travel, destination, the transportation costs including ground transportation shown separately and the per diem costs. Other travel costs shall also be listed;�� -������������ Subcontractors (if applicable) - include, for each subcontractor, the same data as required for the prime Contractor; -������������ Other Direct Costs - include a listing of all other direct charges to the contract, i.e., ����������� office supplies, telephone, duplication, postage; and -������������ Fee � amount as allowable in accordance with the Schedule and FAR 52.216-8 if applicable. (f)��������� Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes: (1)�������� list of all invoices submitted to date under the subject award, including the following: -������������ invoice number, amount, & date submitted -������������ corresponding payment amount & date received -������������ total amount of all payments received to date under the subject contract or order -������������ and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance. (g)��������� Payment of invoices will be made based upon acceptance by the Government of the entire task or the tangible product deliverable(s) invoiced.� Payments shall be based on the Government certifying that satisfactory services were provided, and the Contractor has certified that labor charges are accurate.� (h)�������� If the services are rejected for failure to conform to the technical requirements of the task order, or any other contractually legitimate reason, the Contractor shall not be paid, or shall be paid an amount negotiated by the CO. (i)���������� Payment to the Contractor will not be made for temporary work stoppage due to circumstances beyond the control of U.S. Food and Drug Administration such as acts of God, inclement weather, power outages, and results thereof, or temporary closings of facilities at which Contractor personnel are performing.� This may, however, be justification for excusable delays. (j)���������� The Contractor agrees that the submission of an invoice to the Government for payment is a certification that the services for which the Government is being billed, have been delivered in accordance with the hours shown on the invoices, and the services are of the quality required for timely and successful completion of the effort. (k)��������� Questions regarding invoice payments that cannot be resolved by the IPP Helpdesk should be directed to the FDA Employee Resource and Information Center (ERIC) Helpdesk at 301-827-ERIC (3742) or toll-free 866-807-ERIC (3742); or, by email at ERIC@fda.hhs.gov.� Refer to the Call-in menu options and follow the phone prompts to dial the option that corresponds to the service that's needed.� All ERIC Service Now Tickets will either be responded to or resolved within 48 hours (2 business days) of being received.�� When emailing, please be sure to include the contract number, invoice number and date of invoice, as well as your name, phone number, and a detailed description of the issue. (END OF CLAUSE) FAR / HHSAR Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: Lowest price technically acceptable (LPTA). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause � Not Applicable V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-28, Post Award Small Business Program Representation (Nov 2020) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50, Combating Trafficking in Persons (Oct 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26 Covered Telecommunications Equipment or Services-Representation 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) 352.232-71 Electronic Submission of Payment Requests (FEB 2022) (a)�������� Definitions. As used in this clause� Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b)�������� Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c)��������� The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d)�������� If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (END OF CLAUSE) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: N/A Section 508 Requirements The following standards are applicable for this requirement: Must meet WCAG 2.0 A and AA E101.2 Equivalent Facilitation (Appendix A, Application and Scoping Requirements) E203 Access to Functionality (Appendix A, Application and Scoping Requirements) E204 Functional Performance Criteria (Appendix A, Application and Scoping Requirements) E205 Electronic Content (Appendix A, Application and Scoping Requirements) E208 Support Documentation and Services (Appendix A, Application and Scoping Requirements) Chapter 6 Support Documentation and Services (Appendix C, Functional Performance Criteria and Technical Requirements) 302 Functional Performance Criteria (Appendix C, Functional Performance Criteria and Technical Requirements) Electronic content must be accessible to HHS acceptance criteria. Checklist for various formats are available at�https://www.hhs.gov/web/section-508/accessibility-checklists/index.html, or from the Section 508 Coordinator listed at�https://www.hhs.gov/web/section-508/additional-resources/section-508-contacts/index.html. Materials that are final items for delivery should be accompanied by the appropriate checklist, except upon approval of the Contracting Officer or Representative.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/db23c3fbbfb847ab9b020206abbf20c2/view)
 
Place of Performance
Address: Jamaica, NY 11433, USA
Zip Code: 11433
Country: USA
 
Record
SN06376990-F 20220703/220701230058 (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.