Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 23, 2016 FBO #5418
SOLICITATION NOTICE

65 -- upgrade Low Profile MRI Focused Ultrasound System

Notice Date
9/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
HHSNCCOPC16014161SOL
 
Archive Date
10/13/2016
 
Point of Contact
Gail Akinbinu, Phone: 301-496-0692
 
E-Mail Address
gakinbinu@cc.nih.gov
(gakinbinu@cc.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-89) effective August 15,2016 The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1000. The NIH Clinical Center (CC) is a 234-bed federally funded, biomedical research hospital located on the NIH campus in Bethesda, Maryland. The Clinical Center is the delivery setting for all NIH intramural clinical research protocols. The hospital complex consists of two main facilities that are connected to each other by "bridges". The original 14-story building is 2.5 million square feet and continues to house the clinical laboratories, imaging sciences, surgical suites, and several outpatient clinics. The new 870,000 square foot facility houses inpatient units and day hospitals. The Clinical Center accounts for about half of all NIH-funded clinical research beds in the United States and accommodates about 7,000 inpatient and 70,000 outpatient visits a year. Patients are admitted to the NIH Clinical Center from all over the world for the sole purpose of participating in a clinical research protocol. The RK100 hardware is a proprietary system that ties directly through set of fiber optic and copper cables to the part of the system that resides in the magnet for performing The Frank Lab (FL) operates in the Clinical Center (CC) operating under the Department of Radiology and Imaging Sciences National Institutes of Health Bethesda, Md. The Frank Laboratory's present major translation research interest is in the area of development of cellular and molecular imaging for use in cell and gene therapy. The Frank Laboratory pioneered techniques using FDA approved superparamagnetic iron oxide nanoparticles to magnetically label cells for cellular MRI. This method of magnetic cellular labeling is not toxic to cells and has resulted in MR imaging being used to monitor the temporal spatial migration of labeled cells as part of cellular therapy. The lab is using cellular MRI to evaluate the appropriate route of delivery, provide feedback into the preferred sites of engraftment and aid in determining the optimal dosing schedule and numbers of cells to be used to achieve the therapeutic outcome. The lab has developed techniques to use pulsed focused ultrasound (pFUS) to enhance homing permeability and retention of stem cells to targeted pat hology. The goal of this technique is to determine if pFUS coupled with cellular therapies can be used to increase numbers of cells to targeted areas as part of a regenerative medicine approach to treatment of disease. The lab has reported that pFUS induces the up-regulation and expression of chemo-attractant cytokines, growth factors and cell adhesion molecules resulting in a transient molecular zip-code for targeted active homing and transmargination of stem cells from the vasculature into the parenchyma. The molecular changes from pFUS have been shown to be due to the mechanotransductive effects of pFUS within the tissue can be modulated by pharmacological manipulation. The ability to actively target stem cells or genetically engineered cells after the acute injury or inflammatory period provides additional flexibility for the use of cell therapy as part of a regenerative medicine strategy and treatment of diseases. Purpose/Justification The Frank laboratory major research initiative is in the area of using focused ultrasound (FUS) to alter the molecular biological response in tissues that results in stem cell homing as part of cell therapy response in treatment of diseases in the brain, heart, muscle and kidney. We have already reported that the combination of pulsed focused ultrasound (pFUS) and stem cell infusions results in more cells in target tissue and has improved clinical outcomes of the subjects. The Frank Lab purchased the RK 100 MRI guided focused ultrasound system 3 years ago for use in the LDRR 3T scanner for experimental studies that require MRI to guide where the FUS beam needs to treat. The RK 100 system is used approximately 3 days of week by two post-docs and a staff scientist for studies on subjects. This upgrade will provide for a lower profile table which will enable our scientists to utilize larger animals and provide better image quality since it is closer to magnet iso-center. and is in need of the upgrade that will allow the lab to perform measurement of acoustic cavitation in tissues that result from pFUS exposures. This ability to correlate acoustic cavitation caused by pFUS with molecular changes in tissues will improve the quality of experimental results in subjects and provide additional information on the interaction of ultrasound with the release of factors that result in improved stem cell homing into tissues. In order to perform real time acoustic cavitation measurements during pFUS we need to upgrade our RK100 system. The FUS transducer that were provided with the original purchase of the RK100 system does not have hole in center of transducer to accommodate a MRI compatible hydrophone that can be used in the LDRR 3T system. The upgrade (reference # 15-05-12 NIH A Dated May 12 2015) will include a new 0.5 MHz transducer along with a hydrophone and electronic board that will be installed into the RK100 proprietary hardware system. The addition of the hydrophone, electronic capture board and display information and compatible FUS transducer with 3mm hole in center will allow for the collection and processing using a unique proprietary algorithm to detect changes in acoustic cavitation in pFUS treated tissue with sub microsecond data acquisition. pFUS studies in subjects. FUS Instruments is the only manufacturer of the upgrade to the RK 100 system since they build each unit at their facility and the Frank Laboratory has a maintenance contract with the company which will be voided if equipment that is not certified to be used with the RK100 system or if modification is made to computer or electrical components of the system hardware. This upgrade will greatly enhance the ability for the Frank Laboratory to perform translational research studies involving pFUS in the treatment of diseases and improve stem cell homing. Reporting Requirements and Deliverables 1)- Low Profile MRI-Compatible preclinical focused ultrasound system for whole body MRI scanner (eg, 1.5 & 3.0 T) (not for human use): Focused ultrasound platform • 3 axis MRI-compatible motorized stage • New low profile design enables use with larger animals (Height: 15 cm) • Calibrated MRI-compatible focused ultrasound transducer (typically 1 MHz) • Note: To be used with customer's existing electronics cart and animal handling fixtures 2)- Supplementary Transducer • Existing transducers and hydrophone are compatible with the low profile system 3)- Upgrade HR4 motors to high power HR8 piezoelectric motors for LR and SI axes • LR and SI drivers in current electronics cart to be replaced with higher power drivers 4)- Onsite Installation & Training (2-3 days in total) • 1 day for installation and system verification • 1-2 days for training, including animal experiment PROVISIONS INCORPORATED BY REFERENCE 52.212-1 Instructions to Offerors--Commercial Items OCT 2015 INSTRUCTIONS TO OFFERORS: Addendum to FAR 52.212-1, Proposal Preparation Instructions FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. Paragraph (b) Submission of Offers. The following amends this paragraph with respect to the information and documents required for submission in response to this solicitation. (1) ELECTRONIC OFFERS. The offeror shall submit electronic offers in response to this solicitation unless otherwise specified herein. The offer must arrive by the time specified in the solicitation to the following email address: gakinbinu@cc.nih.gov. (2) BASIS FOR AWARD. Award will be made to the offeror that proposes: a technical proposal conforming to the requirements of the solicitation; has an acceptable record of past performance; its price is determined to be fair and reasonable by the contracting officer; and the contracting officer determines the offeror is responsible in accordance with FAR Part 9. The Contracting Officer intends to award without discussions, but reserves the right to do so in his or her sole discretion. (3) The Government may reject an offer if it is found that any information that has a negative impact on the offeror's past performance record has been deleted, misrepresented, or withheld. (4) Offers shall remain valid for a period of 60 days from the date offers are due. (5) Quotation shall include Certifications and Representations, Technical, Past Performance, and Price as separate parts in the submission. CERTIFICATIONS & REPRESENTATIONS: • 52.212-3 - Offeror Representations and Certifications -- Commercial Items(NOV2015) Alt I (JULY 2016) (Do send your ORCA and only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. • Proof to distribute/resell on behalf of the Manufacture (If you are not the manufacturer) QUOTATION COMPOSITION: PART I: TECHNICAL CAPABILITY - - The offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make, and model. With respect to "or equal" submissions, the burden is upon the offeror to demonstrate in its technical proposal and the technical literature submitted that its product meets all salient characteristics by summarizing the Key Salient characteristics "OR EQUAL" spreadsheet (attachment I). The Government will not make any assumptions regarding the acceptability of any "or equal" product submitted for evaluation. The offeror must demonstrate that its proposed equipment meets the Government Brand Name or "equal" requirement by providing a citation to the relevant section of its technical description or product literature. Offeror shall provide evidence that they are an authorized distributor/reseller to provide the item(s). For "or equal" submissions, the offeror shall address all salient characteristics and provide adequate documentation to demonstrate that the equipment submitted complies with all solicitation requirements. PART II: PRICE. Offerors shall provide pricing for all item/s specified on each Contract Line Item Number (CLIN) of the solicitation. 52.212-2 EVALUATION--COMMERCIAL ITEMS (OCT 2014) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) ADDENDUM TO 52.212-2 Evaluation Factors. The following factors will be evaluated: Technical Evaluation Criteria Radiology and Imaging Sciences / Frank Lab Procurement of upgrade to existing RK-100 MRI compatible pFUS system 1. Technical Capability Offeror shall submit a technical description or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. With respect to "or equal" submissions, the burden is upon the offeror to demonstrate in its technical offer and the technical literature submitted that its equipment meets the minimum requirements and specifications by providing a citation to the relevant section of the technical description or product literature. Additionally, Offerors shall provide evidence that they are an authorized distributor/reseller to provide the items by submitting documentation from the manufacture if applicable. 2. Evidence of Past Performance A. The Offeror shall submit with its Proposal satisfactory evidence that it has had previous experience, adequate financial resources, technical and administrative resources as herein specified to perform the type, magnitude, and quality of work specified. B. The Offeror shall have at least three (3) years experience with the RK100 System involved in this upgrade. C. Additionally the Offeror shall meet the following qualifications: 1. Submit the names of the key personnel responsible for this upgrade. The personnel must be proficient in the use of the existing RK100 system and in the upgrade provided. They will have installed other RK systems and provide a list of these locations and contact personnel of the previously installed RK systems. 2. Offerors must be able to show evidence of knowledge of their RK systems expertise 3. Price/Offerors shall provide pricing for all item/s specified in this solicitation. CLAUSES INCORPORATED BY REFERENCE 352.237-75 Key Personnel. As prescribed in HHSAR 337.103(f), the Contracting Officer shall insert the following clause: Key Personnel (December 18, 2015) The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract (including, when applicable, Human Subjects Testing requirements). If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties 52.211-6 BRAND NAME OR EQUAL AUG 1999 52.225-25 Prohibition on Engaging in Sanctioned Activities Relating to Iran--Certification. SEP 2010 Proposals are due no later than date cited in the Header of this document. Proposals will not be accepted after this date and time. SPECIAL NOTES: Successful contractor must be registered in the Systems for Award Management (https://www.sam.gov/portal/public/SAM ) and in Online Representations and Certifications (http://orca.bpn.gov) prior to award of contract. Vendors must submit a DUNS number and Taxpayer Identification Number with their proposal. Registrations in SAMS (IAW FAR 52.204-7) and ORCA are not required for submission of proposal, but are required for award. The full text of FAR provisions or clauses may be accessed electronically at http://acquistion.gov/comp/far/index.html Applicable Contract Clauses 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 (JANUARY 2016) (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (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: [Contracting Officer check as appropriate.] __ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). __ (2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509)). __ (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (June 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.) __ (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). __ (5) [Reserved]. __ (6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). __ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). __ (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). __ (10) [Reserved]. __ (11)(i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15 U.S.C. 657a). __ (ii) Alternate I (Nov 2011) of 52.219-3. __ (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). __ (ii) Alternate I (JAN 2011) of 52.219-4. __ (13) [Reserved] __ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). __ (ii) Alternate I (Nov 2011). __ (iii) Alternate II (Nov 2011). __ (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _ X _ (16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). __ (17)(i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). __ (ii) Alternate I (Oct 2001) of 52.219-9. __ (iii) Alternate II (Oct 2001) of 52.219-9. __ (iv) Alternate III (Oct 2015) of 52.219-9. __ (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). _ X _ (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). __ (20) 52.219-16, Liquidated Damages-Subcon-tracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). __ (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657 f). _ X _ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). __ (23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)). __ (24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)). _ X _ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _ X _ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). __ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). _ X _ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). __ (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). __ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). __ (31) 52.222-37, Employment Reports on Veterans (OCT 2015) (38 U.S.C. 4212). __ (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). __ (33)(i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). __ (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). __ (34) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) __ (35)(i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (36)(i) 52.223-13, Acquisition of EPEAT®-Registered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Oct 2015) of 52.223-13. __ (37)(i) 52.223-14, Acquisition of EPEAT®-Registered Televisions (JUN 2014) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-14. __ (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). __ (39)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514). __ (ii) Alternate I (Jun 2014) of 52.223-16. _ X _ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). __ (41) 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83). __ (42)(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. __ (ii) Alternate I (May 2014) of 52.225-3. __ (iii) Alternate II (May 2014) of 52.225-3. __ (iv) Alternate III (May 2014) of 52.225-3. __ (43) 52.225-5, Trade Agreements (NOV 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). __ (44) 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). __ (45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). __ (46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C. 5150). __ (47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). __ (48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). __ (49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (51) 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) (31 U.S.C. 3332). __ (52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332). __ (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). __ (54)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). __ (ii) Alternate I (Apr 2003) of 52.247-64. (c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, 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: [Contracting Officer check as appropriate.] __ (1) 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). __ (2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). __ (3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards-Price Adjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). __ (6) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). __ (7) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). __ (8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014)(E.O. 13658). __ (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). __ (10) 52.237-11, Accepting and Dispensing of $1 Coin (Sept 2008) (31 U.S.C. 5112(p)(1)). (d) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records-Negotiation. (1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract. (2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved. (3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c), and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause- (i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. (iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (l) of FAR clause 52.222-17. (iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212). (vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) (ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. (x) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). (xi) __(A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O 13627). __(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O 13627). (xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) (41 U.S.C. chapter 67). (xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) (41 U.S.C. chapter 67). (xiv) 52.222-54, Employment Eligibility Verification (OCT 2015) (E.O. 12989). (xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2014) (Executive Order 13658). (xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. (xviii) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64. (2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations. (End of clause) Responses must be submitted to the OPC POC no later than September 28,2016 at 8a.m. (eastern). Responses shall be limited to 10 pages. Attn: Gail Akinbinu NIH CC OPC 6707 Democracy Blvd Bethesda, MD 20892-5480 E-mail: gakinbinu@cc.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/HHSNCCOPC16014161SOL/listing.html)
 
Place of Performance
Address: 9000 Rockville pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04282945-W 20160923/160922000159-83c02b342328065a4a7b17fe6aa08783 (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.