Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
MODIFICATION

S -- Supply and delivery of dry ice pellets to the NIA in Baltimore, MD - Amendment 1

Notice Date
1/29/2016
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-2016-090
 
Archive Date
2/20/2016
 
Point of Contact
Hunter A. Tjugum, Phone: 301 435 8780
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Price Quote template for submission of bids (required to complete and submit) The purpose of Amendment 0001 is to release the solicitation as a competitive Request for Quotation (RFQ) on a total small business set aside restriction. Quotes are due no later than February 5, 2016, 5:00 PM, Eastern. (i) This is an RFQ 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 and quotations are hereby being requested. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-2016-090 and the solicitation is issued as a request for quotation (RFQ). 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold of $150,000.00. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number/Effective date: FAC2005-85_01-04-2016. (iv) This acquisition is set-aside for Small Business concerns on a total set aside basis. The North American Industrial Classification System (NAICS) code is classified under number 325120 Industrial Gas Manufacturing with associated small business size standard 1,000 employees. (v) It is anticipated that one (1) award will be made from this RFQ and that the award will be made on or around 02/08/2016.It is anticipated that the award from this RFQ will be a fixed-price Indefinite Delivery, Indefinite Quantity, Task Order type of award. The Contractor will submit monthly reports indicating usage and unit and total cost of the dry ice delivered. Reports shall be electronically submitted to the COR. Background The Intramural Research Program (IRP) in the National Institute of Aging (NIA) is located in federally-leased buildings on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. NIA has a need for dry ice, in pellet form, to be delivered to the Biomedical Research Center as well as the Triad Building. The need for Dry Ice is critical for the preservation and transportation of samples for all of the 11 labs at NIA/IRP. Purpose and Objectives The Contractor will be required to supply and deliver dry ice (in pellet form) onsite at loading docks at two specific NIA facilities on the Johns Hopkins Bayview Medical Campus in Baltimore, MD. Dry ice shall be delivered to federally-leased buildings at the following locations: - 251 Bayview Blvd, Baltimore, MD; - 333 Cassell Drive, Baltimore, MD. Period of Performance The contractor shall be required to obtain the dry ice and deliver it during normal business hours, approximately 8:00 am to 4:30 pm. An Indefinite Delivery, Indefinite Quantity (IDIQ) Delivery Order contract with a period of performance on or around February 15, 2016 for one base year and four (4) option year periods is anticipated. Project Description The Contractor will be required to follow a delivery schedule of dry ice three (3) times per week to one, or both, locations on Monday, Wednesday and Friday. The quantities of delivery will consist of 1,025 to 1,495 lbs. per delivery, approximately 3,545 lbs. per week and 184,355 lbs. per year. Special Conditions The Contractor will furnish dry ice bins with dry ice and hand shovels that will be used at the facility drop off points. Contractor will deliver the dry ice to the subject locations 1 - 3 times per week as the need for quantity and frequency of dry ice delivery may change. (vi) Government's responsibilities: Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Government may unilaterally change its COR designation at any time throughout the performance period of this contract. The COR will be determined at time of award. (vii) INSTRUCTIONS TO OFFERORS / EVALUATION CRITERIA This section is an addendum to the FAR clause 52.212-2, Evaluation--Commercial Items applicable to this solicitation. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote in the format provided in the attached Price Quote template to be evaluated and considered for award. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Approach: Offerors shall clearly indicate possessing the infrastructure or ability to obtain the infrastructure necessary to complete this requirement. Offerors submitting a response with documented evidence of possessing the technical knowledge, qualifications, capability and management structure needed in successfully performing this requirement will be determined to be technically acceptable. (2) Past Performance. The offeror must submit with their proposal a list of the last two (2) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to this requirement. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. Offerors will be determined technically acceptable on its performance under existing and prior contracts for similar services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance technically acceptable determination. (viii) The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of 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. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The following FAR clauses are applicable to this solicitation and included in full text. FAR Clause 52.216-18: Ordering (Oct 1995) applies to this acquisition as follows: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from [To Be Determined]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. FAR 52.216-19: Order Limitations (Oct 1995) applies to this acquisition as follows: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than [dollar figure or quantity to be determined], the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor- (1) Any order for a single item in excess of [dollar figure or quantity to be determined]; (2) Any order for a combination of items in excess of [dollar figure or quantity to be determined]; or (3) A series of orders from the same ordering office within [To Be Determined] days that together call for quantities exceeding the limitation in paragraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within three (3) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. FAR 52.216-22: Indefinite Quantity (Oct 1995) applies to this acquisition as follows: (a) This is an indefinite-quantity contract for the supplies or services specified, and effective for the period stated, in the Schedule. The quantities of supplies and services specified in the Schedule are estimates only and are not purchased by this contract. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. The Contractor shall furnish to the Government, when and if ordered, the supplies or services specified in the Schedule up to and including the quantity designated in the Schedule as the "maximum." The Government shall order at least the quantity of supplies or services designated in the Schedule as the "minimum." (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and Government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after [To Be Determined] The following FAR clauses are applicable to this solicitation as referenced. FAR clause 52.217-5 Evaluation of Options (July 1990) applies to this acquisition. FAR clause 52.217-8 Option to Extend Services (November 1999) applies to this acquisition. FAR clause 52.217-9 Option to Extend the Term of the Contract (March 200) applies to this acquisition. FAR clause 52.219-6: Notice of Total Small Business Set Aside (November 2011) applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (ix) In addition the Dun & Bradstreet Number (DUNS), 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) located at www.sam.gov. All responses must be received no later than February 5, 2016, 5:00 PM, Eastern Time, as specified in this announcement. The total number of pages, (combination of technical approach, past performance, and price quote) shall not exceed 25 pages in length, excluding appendices and Curriculum Vitae. Pages submitted in excess of this 25-page limit will not be considered in evaluation of responses to this RFQ. A cover page may be submitted that does not count toward the 25 page limit. The Contractor shall submit its quote electronically in a "read only" format with a font size of 11 or 12 point and font type of Arial or Times New Romans. Margins must be 1-inch wide (top, bottom, left, and right). Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-2016-090. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-435-8780.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-2016-090/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, United States
 
Record
SN04004557-W 20160131/160129234007-936d26797072d0f3a618e8d3c5a2d0cf (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.