Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 19, 2024 SAM #8240
SOLICITATION NOTICE

R -- EMERGENCY PREPAREDNESS FIRST AID TRAINING, SERVICES AND SUPPLIES (AMBIS 2220682)

Notice Date
6/17/2024 8:03:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
611430 — Professional and Management Development Training
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2220682
 
Response Due
6/21/2024 1:00:00 PM
 
Archive Date
07/06/2024
 
Point of Contact
RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
WOSB SBA Certified Women-Owned Small Business (WOSB) Program Set-Aside (FAR 19.15)
 
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-24-2220682 and the solicitation is issued as a Request for Quote (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) 2024-05 May 22, 2024. The North American Industry Classification System (NAICS) code for this procurement is 611430, Professional and Management Development Training, with a small business size standard of $15 million. The requirement is being competed full and open competition, un-restricted, with a small, woman-owned business set-aside. Through its Surety & Preparedness Coordination Branch (SPCB), the Office of Biodefense Research and Surety (OBRS) provides for emergency preparedness and business continuity functions for the National Institutes of Allergy and Infectious Diseases (NIAID). One of the functions within this mission is to develop a culture of safety, preparedness, and resiliency in the workforce. The required training will facilitate the effective and professional performance of this function by providing emergency training to NIAID staff and ensuring they are capable to respond to an injury or illness in the workplace. The objective of this acquisition is to purchase emergency preparedness training, services, and supplies for NIAID personnel. This will be used to train and equip NIAID staff in responding to workplace emergencies so that the Institute will be better prepared to respond to and recover from all types of hazards. NIAID staff who successfully complete the formal training sessions must receive proof of certification in the skills included in the training. All of these training sessions may be conducted in-person or remotely based on NIAID work status and at the discretion of the COR in coordination with the contractor/subcontractor. The contractor/subcontractor will also assist in promoting the training sessions included in this purchase to NIAID staff upon request. This requirement is for the acquisition of emergency preparedness training, services, and supplies for NIAID personnel. This will be used to train and equip NIAID staff in responding to workplace emergencies so that the Institute will be better prepared to respond to and recover from all types of hazards. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: First Aid/AED Combo Class (15 student max per sesson), quantity 8 sessions Stop the Bleed Class (24 student max per session), quantity 1 session Tactical Emergency Casualty Care (TECC), (10 student max per session), quantity 2 sessions Annual First Aid Kit Inspections and Refills (30 kits), quantity 1 See full description within the attached Statement of Work. Period of Performance: Period of Performance is one (1) year from date of 8/1/2024. Place of Performance: NIH, NIAID, 5601 Fishers Lane, Rockville, MD� 20852, 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. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: 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 (FEB 2024) 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 By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: 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 (MAY 2024) *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 June 21, 2024 @ 4:00 PM EST Offers may be e-mailed to Rita Davis (E-Mail/ rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2220682).� 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 Rita Davis @ rita.davis@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/096074be2d1f4e0c9c655897b15e97f3/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07099347-F 20240619/240617230115 (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.