SPECIAL NOTICE
D -- Tape Storage - TERMS & CONDITIONS
- Notice Date
- 5/6/2016
- Notice Type
- Special Notice
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NOI-RML-D-1787527
- Archive Date
- 5/30/2016
- Point of Contact
- Michael S. Barrett, Phone: 406-375-9810, Julienne Keiser, Phone: 406-363-9370
- E-Mail Address
-
michael.barrett@nih.gov, jkeiser@niaid.nih.gov
(michael.barrett@nih.gov, jkeiser@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- TERMS & CONDITIONS This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with Storage Solutions for off-site tape storage and delivery. 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; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-1787527. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC)2005-87 dated April 6th, 2016. The North American Industry Classification System code for this procurement is 518210 with a small business size standard of $32.5M. This requirement is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase a monthly service for off-site tape storage. There are nearly 1700 tapes that need to be stored with an estimated 525 to be delivered and picked up each month. Additionally a 24 hour emergency service is required. Storage, pickup, delivery, and emergency services should be quoted on a monthly basis. Possible addition of tapes should also be included in the quotation. Storage of tapes must meet our standards and all files must be accountable at all times. Warranty and shipping information must be included in the quotation. FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: National Institutes of Health Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2016) 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 The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Mar 2016) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. As prescribed in 32.009-2, the contractor shall insert the following clause: Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. 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 or, upon request, either by telephone or fax. This is an open-market Notice of Intent for Storage Solutions as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than 4:00pm Mountain Time April 16, 2016. Offers may be mailed, e-mailed or faxed to Michael Barrett; (Fax - 406-363-9288), (E-Mail/ Michael.barrett@nih.gov). 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 Michael Barrett at Michael.barrett@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-D-1787527/listing.html)
- Place of Performance
- Address: Rocky Mountain Labs, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN04108640-W 20160508/160506234258-55a1a1be38b7392c63114beaa446e91d (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 |