SOLICITATION NOTICE
99 -- Maintenance agreement on Canon ColorWave 620 Plotter - SOW-1
- Notice Date
- 2/4/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811212
— Computer and Office Machine Repair and Maintenance
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Research Facilities, 9000 Rockville Pike, Bldg. 13, Rm. 2E47, MSC 5738, Bethesda, Maryland, 20892-5738, United States
- ZIP Code
- 20892-5738
- Solicitation Number
- NIH-OLAO-OD3-RFQ4079506
- Archive Date
- 3/4/2016
- Point of Contact
- Shirlene M. Smith, Phone: 3014437979, Brendan Miller, Phone: 301-594-0957
- E-Mail Address
-
ssmith@od.nih.gov, Brendan.Miller2@nih.gov
(ssmith@od.nih.gov, Brendan.Miller2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- SOW-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 written solicitation will not be issues. The solicitation number for this requirement is NIH-OLAO-OD-RFQ4079506 and this is a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC 2005-86, dated February 1, 2016). This solicitation is not a small business set-aside and the associated North American Industry Classification System (NAICS) Code for this acquisition is 811212, and the small business size standard is $27.5 million. The National Institutes of Health, Office of Research Facilities (ORF) is in need of a one year maintenance agreement with four option years, FAR clause 52.217-8, Option to Extend Services on the following: 1)Canon ColorWave 620 Plotter, Serial Number 0495001975. The evaluation will be based on the Offeror whose proposal most advantageous to the Government, taking into consideration the factors listed in the Technical Evaluation Criteria and the total proposed price across all contract periods. Offeror should be aware that the Government shall perform a "best value analysis". Please see the Statement of Work, Evaluation Criteria, and clauses for further information. The statement of work and evaluation criteria is in the attachment entitled "SOW-1". FAR provisions and clauses that apply to this acquisition: FAR 52.212-1 Instructions of Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; 52-212-4 Contract Terms and Conditions-Commercial Items. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) ( 22 U.S.C. 7104(g) ). (2) 52.233-3, Protest After Award ( Aug 1996) ( 31 U.S.C. 3553 ). (3) 52.233-4, Applicable Law for Breach of Contract Claim ( Oct 2004 )"(Public Laws 108-77 and 108-78 ( 19 U.S.C. 3805 note ). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) ( 31 U.S.C. 6101 note ). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Aug 2013) (31 U.S.C. 6101 note). (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) ( 15 U.S.C. 644 ). (25) 52.219-28, Post Award Small Business Program Representation (Jul 2013) ( 15 U.S.C. 632(a)(2) ). (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (32) 52.222-35, Equal Opportunity for Veterans (Sep 2010)( 38 U.S.C. 4212 ). (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) ( 29 U.S.C. 793 ). (34) 52.222-37, Employment Reports on Veterans ( Sep 2010) (38 U.S.C. 4212). (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving ( Aug 2011 ) (E.O. 13513). (44)(i) 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) ( 41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43. (46) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (52) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) ( 31 U.S.C. 3332 ). 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the end of the period of performance. 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to the end of the period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 60 months. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ 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 [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 3:00 P.M. Eastern Daylight Time on Thursday, February 18, 2016. Only emailed submissions are accepted. E-mail submissions to ssmith@od.nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to ssmith@od.nih.gov no later than 5:00 P.M., Friday, February 12, 2016.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OLAO/NIH-OLAO-OD3-RFQ4079506/listing.html)
- Place of Performance
- Address: National Institute of Health/Office of Research Facilities, 13 South Drive, Building 13, Room 1416, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04009736-W 20160206/160204234652-e20b0fd81d95226f4d348fd45535ee22 (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 |