SOLICITATION NOTICE
70 -- Three Computer Workstation To Study Microtubules and Associated proteins
- Notice Date
- 7/21/2023 1:03:37 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00226
- Response Due
- 7/27/2023 12:00:00 PM
- Archive Date
- 08/11/2023
- Point of Contact
- Andrew Varley, Phone: 3014436677, Fax: 3014437595, Josh Lazarus, Phone: 3018276923
- E-Mail Address
-
andrew.varley@nih.gov, josh.lazarus@nih.gov
(andrew.varley@nih.gov, josh.lazarus@nih.gov)
- Description
- 1. 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; proposals are being requested and a separate written solicitation will not be issued. 2. The solicitation number is 75N95023Q00226 and the solicitation is issued as a Request for Quotation (RFQ) on unrestricted basis, as a full and open competition. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. 3. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, dated June 2, 2023. 4. The North American Industry Classification System (NAICS) code for this procurement is �334111 �Electronic Computer Manufacturing. This requirement shall be solicited using full and open competitive commercial procedures. 5. The Government requires the following brand name or equal items / component parts / and warranty services: NINDS requires three (3) brand name or equal computers workstations in order to study microtubules and microtubule associated proteins. Please refer to Attachment 1 � Purchase Description for the in-depth description and details for this requirement. 6. Please refer to Attachment 1 � Purchase Description for details and information describing the brand name or equal salient characteristics and requirements. 7. Deliveries: Deliveries shall be made no later than 60 days after receipt of order to the following address: Jeffrey Spector, NIDA/NINDS 35A Convent Drive., PNRC I, NIHBC 35 Room 3B-207 Bethesda, MD 20892 8. The provision at FAR Clause 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (MAR 2023) is applicable and incorporated by reference into this solicitation. 9. The provision at FAR Clause 52.212-2, Evaluation-Commercial Products and Commercial Services (NOV 2021) is applicable and incorporated by reference into this solicitation. A tradeoff process shall be used for this acquisition because it has been determined to be in the best interest of the Government to consider award to other than the lowest priced Offeror or other than the highest technically rated offeror. All evaluation factors other than cost or price, when combined, are more important than cost or price. For this acquisition, the following considerations will be part of the trade-off process: Technical Evaluation Factors including Past Performance, and Price. The evaluation will be based on the demonstrated capabilities of the prospective Offerors in relation to the needs of the project as set forth in the solicitation. The merits of each quote will be evaluated carefully. The Government may request clarifying information from the Contractor, as it relates to its quote. If an award will be made without conducting discussions, Contractors may be given the opportunity to clarify certain aspects of their quote (e.g., the relevance of the contract, the Contractor's past performance information, and adverse past performance information to which the Contractor has not previously had an opportunity to respond) or to resolve minor or clerical errors. Discussions will not be held with any Offeror determined to be technically unacceptable. The Government reserves the right to make a single award, multiple awards, or no award at all as a result of the solicitation. In addition, the solicitation may be amended or canceled as necessary to meet the Government�s requirements. TECHNICAL EVALUATION CRITERIA The evaluation factors are used by the technical evaluation committee when reviewing the technical quotes. The factors below are listed in order of its relative importance for evaluation purposes. Technical Capability and Functionality � The Government shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description. Contract Management and Customer Support � The Government shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems. Specifically, the Government will evaluate the Offeror�s capability based on its description of any applicable warranty and customer support process. Speed of Delivery, Installation and Set-up � The Government shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the Purchase Description. PAST PERFORMANCE Offerors will be evaluated 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. Furthermore, 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 assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. The Offeror should provide past performance information. Past performance information shall cover a minimum of one (1) year in relevant services and deliveries of comparable systems. The Offeror should provide at least one reference for any project identified under the experience factor that has a performance period within the past three (3) years. For each reference, the offeror should provide the following: (1) Organization or contracting partner's name; (2) Point of contact's (POCs) name and contact information (i.e., current phone numbers and valid email addresses); and (3) a description that precisely explains the general scope and specific requirements of the contract. PRICE EVALUATION Offerors price quote 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. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. 10. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (DEC 2022), is applicable and incorporated by reference into this solicitation. 11. The provision at FAR Clause 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (DEC 2022), applies to this acquisition. See Attachment 2. 12. The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (MAR 2023), applies to this acquisition. See Attachment 3. 13. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. 14. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. 15. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. Basic cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. Offerors MUST verify the valid certifications, registrations, and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror�s cover sheet. In addition the vendor Unique Entity Identifier (UEI) and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 16. All responses must be received no later than July 27, 2023 at 3:00 PM EST. Late responses may not be accepted. All responses must reference solicitation number 75N95023Q00226. Responses must be submitted electronically to Andrew Varley, Contract Specialist Andrew.Varley@nih.gov and Joshua Lazarus josh.lazarus@nih.gov. For information regarding this solicitation, please contact Andrew Varley, Contract Specialist Andrew.Varley@nih.gov. 17. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contract Specialist, Andrew Varley, Contract Specialist Andrew.Varley@nih.gov on or before July 25, 2023 at 1:00 PM EST. Fax responses will NOT be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9a1125097b4849c3adc2966927fa7b75/view)
- Record
- SN06759374-F 20230723/230721230049 (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 |