Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 18, 2022 SAM #7566
SOLICITATION NOTICE

99 -- Stop Theft Security Tracking plates (Brand Name restriction)

Notice Date
8/16/2022 1:03:46 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334118 — Computer Terminal and Other Computer Peripheral Equipment Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2131553
 
Response Due
8/26/2022 1:00:00 PM
 
Archive Date
09/10/2022
 
Point of Contact
Lu Chang, Phone: 2406273034, Laura Grey, Phone: 4063759812
 
E-Mail Address
lu-chang.lu@nih.gov, Laura.Grey@nih.gov
(lu-chang.lu@nih.gov, Laura.Grey@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Acquisition 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. 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) 2022-04, January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334118- Computer Terminal and Other Computer Peripheral Equipment Manufacturing, with a small business size standard of 1000 employees. The combined synopsis/solicitation number is RFQ-NIAID-2131553 and this is issued as a Request for Quotes (RFQ), under a Brand Name restriction (considered limited source restriction). This requirement IS a TOTAL SET-ASIDE for small business under NAICS 334118. The vendors who submit a response to this RFQ must be an authorized seller/reseller of these products. BRAND NAME: NIAID requests responses from qualified sources capable of providing the requirements as outlined. To be considered for award, vendors must provide the exact brand and model number of the product from the required brand-name owner/manufacturer, along with specific services and/or warranties that typically comes with these items when purchased directly from the owner/manufacturer. Project Description: National Institute of Allergy & Infectious Diseases (NIAID)�s Office of Science Management and Operations (OSMO)/Office of Cyberinfrastructure and Computational Biology(OCICB)/Customer Services Branch (CSB) (collectively �Program�) has a requirement for security tracking plates to secure and track NIAID laptops, mobile devices, and other IT equipment. Specifically, Program needs �STOP� or �Stop Theft� branded security plates from American Connection Information Systems Inc., d/b/a Stop Theft (�ACIS Inc.� or �Stop Theft�). The security plates are metal STOP Security Tracking Plate that are printed with the NIH logo and the National Institute of Allergy and Infectious Diseases name. The plates also include the statement: �Ownership Permanently Monitored � Police Traceable Tattoo Below.� The STOP Security Tracking Plate also includes a toll-free telephone number, for use both within and outside the United States. The STOP Security website is also printed on the plate. The patented STOP Security Plate removes incentives to steal equipment by eliminating the devices� resale value. Metal plates, barcodes, and warning tattoos tell thieves that this laptop or mobile device has no value to them. If the rugged STOP Security Plate is forcefully removed, an indelible �Stolen Property� tattoo is revealed, rendering the device useless to thieves by reducing or eliminating illicit resale value. ACIS Inc. has a Stop Theft Security Tracking system �StopMonitor� that maintains databases for the NIH and NIAID. This database tracks over 13,497 NIAID laptops and mobile devices. Each STOP Security Tracking Plate contains a unique ID that is stored in the STOP Security Tracking database. If NIAID laptops or mobile devices are recovered, ACIS/Stop Theft contacts NIAID for recovery. Since 2005, NIAID has used this patented STOP Security Tracking Plates solution for securing and tracking NIAID laptops, mobile devices, and other IT equipment. STOP Security Tracking Plates solution has been used numerous times to locate misplaced, lost, or stolen NIAID laptops and mobile devices, resulting in them returned safely back to NIAID. Requirements: Brand Name Restriction items: Qty: 3,000; Part #: P02; Description: Security Plate(s) - Custom 2-1/2"" x 2-1/8"" x .012"" Qty: 1; Part #: R02; Description: Graphic Design Fee - WAIVED, if standing art is used. Pending Signed Custom Art Proof Approval Qty: 30; Part #: G30s; Description: Installation Kit(s) - Each Kit is Enough for 100 Plates The overall package must come with Stop Theft�s StopMonitor real time asset tracking, geolocation, and data protection software system. Submission must include Shipping and Handling. Place of Performance or Delivery: NIAID 5601 Fishers Lane Room 6E53 Attn: Frederick Sparks Rockville, MD 20852 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. By submitting an offer in response to this RFQ, confirms acceptance that the government terms and conditions will prevail over the award.� The award will be based on the following: the capability to meet the brand name requirement and price. Submission shall be received not later than August 26, 2022 @ 4:00 PM EST Offers may be e-mailed to Lu Chang at , Offers shall include RFQ number in the subject line (RFQ-NIAID-2131553). 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 Lu Chang at . ________________________________________________________________________________________________________ By submitting a response to this posting, your facility is accepting that the following Government Terms and Conditions shall prevail over the purchase order award: The following FAR provisions apply to this acquisition: 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/ FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.229-11 Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 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) The following FAR contract clauses apply to this acquisition: 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 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 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) 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 52.204-26 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 (Sep 2021) 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/57d6d38da5af4b978605f5cc40f48a1c/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN06429662-F 20220818/220816230129 (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.