Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 20, 2016 FBO #5476
SOLICITATION NOTICE

J -- Preventive Maintenance For Gases - SOW_1816540

Notice Date
11/18/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325120 — Industrial Gas Manufacturing
 
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
NIAID-RFQ-17-1816540
 
Archive Date
12/20/2016
 
Point of Contact
Akilah Bullock, Phone: 3017617500
 
E-Mail Address
akilah.bullock@nih.gov
(akilah.bullock@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work This notice is a combined Synopsis/Solicitation Request for Quote for commercial items prepared in accordance with the format of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued for the solicitation number NIAID-RFQ-17-1816540. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-91, effective September 30, 2016. This acquisition is a commercial product and will be processed under Simplified Acquisition Procedures (SAP), and is a Small Business set-aside. The associated North American Industry Classification System (NAICS) Code is 325120, which has a size standard of 1000 employees. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to have a preventative maintenance contract to guarantee delivery of Liquid Nitrogen with telemetry monitoring of Twinbrook III bulk tanks. It is crucial that the tanks do not run out of LN2, therefore the telemetry dials the company when the tank is ¼ low. This tank is monitored by a leased telemetry system 24/7. This dependency assures National Institute of Health prompt delivery and no break damage under any circumstances. Regular maintenance of LN2 products includes trouble-shooting telemetries when malfunctions occur within a 24 hour period. Contractor provides emergency response within 3 hours and early morning delivery which are vitally important in securing labs needs are met. Please see Statement of Work (attached) for further details. The National Institute of Allergy and Infectious Disease (NIAID), preventive maintenance contract requirements are included in the attached Statement of Work (SOW). Period of Performance: One (1) 12 month base - with four (4) 12-month options 1/01/2017-12/31/2017 -- Base 1/01/2018-12/31/2018 -- Option Year 1 1/01/2019-12/31/2019 -- Option Year 2 1/01/2020-12/31/2020 -- Option Year 3 1/01/2021-12/31/2021 -- Option Year 4 In accordance to FAR 52.212-2 Evaluation - Commercial Item, the Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the SOW/solicitation requirements. The Government's objective is to obtain the highest technical quality considered necessary to achieve the objectives, with a realistic and reasonable cost. The following factors shall be used to evaluate offers: (1) Delivery, (2) past performance, (3) price. The Government will issue a firm-fixed price purchase order to the responsible contractor. By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). By submission of an Offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representative and Certifications Commercial items and services in the SAM database. Offerors are to submit their quotes by 5:00 pm eastern standard time Monday, December 5, 2016, 5:00 pm by email at akilah.bullock@nih.gov, (subject line to reference NIAID-RFQ-17-1816540). The following Federal Acquisition Regulations provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors - Commercial Items (October 2015) FAR 52.204-7 System for Award Management (JUL 2013) 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 (January 2016) FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (November 2015) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-9, Small Business Subcontracting Plan (Nov 2016) FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755 FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2016) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C 4212). FAR 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards - Price Adjustment (Multiple Year and Option Contracts) (May 2014) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contract for Maintenance, Calibration, or Repair of Certain Equipment - Certification. (May 2014) FAR 52.223-6, Drug Free Workplace (May 2001) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). FAR 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS - REPRESENTATION (FEB 2015) (a) In accordance with section 743 of Division E, Title VII, of the Consolidated and Further Continuing Resolution Appropriations Act, 2015 (Pub. L. 113-235), Government agencies are not permitted to use funds appropriated (or otherwise made available) under that or any other Act for contracts with an entity that requires employees or subcontractors of such entity seeking to report fraud, waste, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (b) The prohibition in paragraph (a) of this provision does not contravene requirements applicable to Standard Form 312, Form 4414, or any other form issued by a Federal department or agency governing the nondisclosure of classified information. (c) Representation. By submission of its offer, the Offeror represents that it does not require employees or subcontractors of such entity seeking to report fraud, waste or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-17-1816540/listing.html)
 
Place of Performance
Address: Twinbrook III, 12735 Twinbrook Parkway, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04331760-W 20161120/161118234100-69f8b618e1cd94b24413171fe681ab45 (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.