Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 27, 2024 SAM #8096
SOLICITATION NOTICE

J -- Maintenance and monitoring services, base plus 4 option years, for Rees Central Alarm Monitoring System

Notice Date
1/25/2024 1:11:15 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2209220
 
Response Due
2/5/2024 2:00:00 PM
 
Archive Date
02/20/2024
 
Point of Contact
Dana Monroe, Phone: 4063759814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-24-2209220 Posted Date: 01/25/2024 Response Date: 02/05/2024 Set Aside: No NAICS Code: 811210 Classification Code: J066 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB Title:� Maintenance and monitoring, base plus 4 option years, for Rees Central Alarm Monitoring System Primary Point of Contact:� Dana Monroe, dana.monroe@nih.gov 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-24-2209220 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) 2023-06 November 06, 2023. The North American Industry Classification System (NAICS) code for this procurement is 811210, Equipment and Precision Equipment Repair & Maintenance, with a small business size standard of $34 million. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: The Division of Intramural Research (DIR) of NIAID requires monitoring and maintenance services for Rees Central Monitoring System located in Bldg 4, for 2 NODES and 166 points. QTY 10, part # VAL-KITPRES985, Validation Kit for New Systems and existing systems with Rees Software Ver. 3.0 Build 1020.0.24 or 1021.0.9 or higher QTY 14, part # MICRO-BAT, Battery for Micro Units & MPX-RMT Remote Panels QTY 2, part # CENTRON-BAT, Centron battery QTY 1, part # VAL/SERV B 5 YR, Comprehensive Five Year Service Package with full documentation provided to satisfy regulatory authorities. Comprehensive system test verifies, calibrates and documents all system functions including readings, databases, alarms, dial-outs, outputs, reports, and user programming. Includes Five Year Onsite Service Plan with 24/7 Technical Support. Includes approximately 100 page GMP/GLP OQ validation report, 1000 page software validation test report, calibration of temperature and humidity with traceable equipment, copies of reference equipment calibration certificates and onsite refresher training at PM visit. Payments will be quarterly in arrears of service for the base and subsequent years. REF: NIH, 9000 Rockville Pike, Bldg 4, Bethesda, MD - Annual Service and validation contract for 2 Nodes and 166 points. The period of performance will be 03/02/2024 � 03/01/2025 for base year, plus an option to exercise the following 4 years is being sought. Option Year #1 - POP � 02 Mar 2025 - 01 Mar 2026 Option Year #2 - POP - 02 Mar 2026 - 01 Mar 2027 Option Year #3 - POP - 02 Mar 2027 - 01 Mar 2028 Option Year #4 - POP - 02 Mar 2028 � 01 Mar 2029 FAR Clause 52.204-26 representation will be requested if not included in current www.sam.gov registration. Shipping Cost, if Applicable should be included on quote. Quotes should include UEI # from your active SAM.gov registration Place of Performance: NIH/DIR, 9000 Rockville Pike, Bldg 4, 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: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) 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 FAR 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� **IN LIEU OF FORM, PLEASE BE SURE THIS CLAUSE IS COMPLETED IN YOUR SAM.GOV REGISTRATION. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2023) *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 (MAR 2023) 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 (December 2015) FAR 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 February 5, 2024 at 5:00pm EST Offers may be e-mailed to Dana Monroe at dana.monroe@nih..gov. �Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2209220). 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 Dana Monroe at dana.monroe@nih.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/abe4b60a2b4f4503962990e4171d2218/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06945147-F 20240127/240125230040 (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.