Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 16, 2023 SAM #8054
SOLICITATION NOTICE

89 -- Animal Feed and Bedding Supplies

Notice Date
12/14/2023 7:21:00 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95024Q00022
 
Response Due
12/28/2023 1:00:00 PM
 
Archive Date
01/12/2024
 
Point of Contact
ERIC MCKAY, Phone: 3014802406
 
E-Mail Address
eric.mckay@nih.gov
(eric.mckay@nih.gov)
 
Description
(i) 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 written solicitation will not be issued. (ii) The solicitation number is 75N95024Q00022 and the solicitation is issued as a request for quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-06, with effective date 12/4/2023. (iv) The associated NAICS code is 311119 and the small business size standard is 500 employees. This requirement is full and open with no set-aside restrictions (v) This requirement is for the following brand name or equal Envigo items: �-GLOBAL 19% PROTEIN EXTRUDED RODENT DIET (STERILIZABLE) -CORN COB 1/8"" BEDDING -NIH-31 MOUSE/RAT STERILIZABLE DIET -""MAPLE"" SANI CHIP BEDDING -TEKLAD GLOBAL 18% PROTEIN RODENT DIET -GLOBAL 18% PROTEIN EXTRUDED RODENT DIET (STERILIZABLE) -TEKLAD GLOBAL 19% PROTEIN RODENT DIET - EXTRUDED -TEK-FRESH BEDDING-WHITE -CERTIFIED IRRADIATED DIAMOND TWISTS -CERTIFIED DIAMOND DRY BEDDING 20LB BAG -TEKLAD PELLETED PAPER BEDDING (40#) -GLOBAL RABBIT DIET -GLOBAL SOY PROTEIN-FREE EXTRUDED RODENT DIET -TEKLAD CERTIFIED GLOBAL 18% PROTEIN RODENT DIET (STERILIZABLE) -CERTIFIED DIAMOND SOFT BEDDING -TEKLAD NEW WORLD PRIMATE DIET -IRRADIATED NIH-31 MOUSE/RAT DIET -ASPEN SHREDDED BEDDING -TEKLAD ISO-PADS 6"" X 10"" 5 X 100 SHEETS (500 SH/CS) -NIH-07 MOUSE & RAT DIET-MEAL -""ASPEN"" SANI CHIP BEDDING -NIH-07 MOUSE & RAT DIET -IRRADIATED FENBENDAZOLE DIET (2018S, 150 PPM) -STERILIZABLE FENBENDAZOLE DIET (2018S, 150 PPM) -IRRADIATED TEKLAD GLOBAL 18% RODENT DIET -TEKLAD CERTIFIED GLOBAL 18% PROTEIN RODENT DIET -TEKLAD GLOBAL HI FIBER GUINEA PIG DIET -CORN COB 1/8"" BEDDING AUTOCLAVABLE BAG -IRRADIATED GLOBAL 19% RODENT DIET-EXTRUDED 10KG BAG -2050 GLOBAL 20% PROTEIN PRIMATE DIET IN 10KG BAG -TEKLAD GLOBAL HI FIBER RABBIT DIET -IRRADIATED TEKLAD GLOBAL GUINEA PIG DIET -CORN COB 1/4"" BEDDING -TEKLAD CERTIFIED GLOBAL 18% PROTEIN RODENT DIET-MEAL -CERTIFIED GLOBAL FERRET DIET -DIAMOND-TEK 14 X 24 100 SHEETS/BUNDLE -IRRADIATED NIH-31 MOUSE/RAT DIET -TEKLAD GLOBAL 20% PROTEIN PRIMATE DIET-JUMBO -IRRADIATED TEKLAD ISO-PADS 6""X10"" (25 X 20 SH/PK) -IRRADIATED TEKLAD S-2335 MOUSE BREEDER DIET -IRRADIATED UNIPRIM DIET (2018, 4100 PPM-5X5 LB) -TEKLAD GLOBAL 16% PROTEIN RODENT DIET -2055 GLOBAL 25% PROTEIN PRIMATE DIET IN 10KG BAG -TEKLAD 15% MONKEY DIET -NIH-37 MOUSE/RAT STERILIZABLE DIET -IRRADIATED IVERMECTIN DIET (2018, 12 PPM) -TEK-FRESH BEDDING (vi) The Government anticipates award of an Indefinite Delivery Indefinite Quantity contract with a five-year ordering period with a maximum ceiling of $775,000.00. Delivery will be f.o.b. destination. The place of delivery and acceptance will be 251 Bayview Blvd, Baltimore, Maryland 21224 (vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) (viii) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023) FAR 52.225-2, Buy American Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Dec 2023) 52.216-18 Ordering 52.216-19 Order Limitations 52.216-22 Indefinite Quantity NIH Invoice and Payment Provisions (ix) The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition.� (a) The Government will award a contract 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. The following factors shall be used to evaluate offers: (i) technical capability of the items offered to meet the Government requirement; (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)] Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Sep 2023), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)�The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices Feed and Bedding should be delivered on plastic pallets. Feed and bedding must be delivered within 72 hours of PO receipt, government must be contacted immediately if order delivery is delayed for any reason. Deliveries can only be made between 7AM to 2PM, Monday through Friday. Orders will not be received on Holidays. NOTE: In the case of a government shutdown, deliveries will need to continue as animal care is exempt from the shutdown status. Bags of feed and bedding must not be wet, torn or breeched in any manner upon delivery to the NIA. All feed must have a �mill date� (expiration date) no less than three months out from date of PO receipt. All feed and bedding products manufactured by vendor will be available for purchase. Government must be notified of any price increases to products, prior to increase taking effect. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: A price for year one(1) through five(5) of the IDIQ based on the quantities listed in Attachment 1, titled �Anticipated Feed and Bedding Qty�. Note that this list is an estimate and the actual quantities ordered may be a different amount than shown on this attachment. Complete list of available feed and bedding items and price per bag/item for year one(1) through five(5) of the IDIQ, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), 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. All quotations must be received by 4:00 p.m., Eastern Standard Time, on December 28, 2023, and reference Solicitation Number 75N95024Q00022. Responses must be submitted electronically to Eric McKay, Contracting Officer at eric.mckay@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/171056302acf4c7892b5a6af25bc4c3f/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN06913118-F 20231216/231214230059 (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.