Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2017 FBO #5711
SOLICITATION NOTICE

66 -- Replacement Animal System Rack, Cage, and Blower Unit Components

Notice Date
7/11/2017
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-NOI-17-430
 
Archive Date
8/5/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Replacement Animal System Rack, Cage, and Blower Unit Components Notice of Intent to Sole Source HHS-NIH-NIDA-SSSA-NOI-17-430 INTRODUCTION THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). 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; a proposal is being requested from the sole source vendor and a written solicitation will not be issued. The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA), on behalf of the National Institute on Aging (NIA) intends to negotiate and award a contract without providing for full and open competition (including brand-name) to Lab Products, Inc. for replacement animal system rack, cage, and blower unit components. REGULATORY & STATUTORY AUTHORITY This acquisition is conducted as non-competitive for a commercial item or service under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements, and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-1. The requirement is expected to exceed the simplified acquisition threshold. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated January 19, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, which indicates that only Lab Products, Inc. can meet the needs of this requirement to ensure equipment compatibility, animal health, and continuity of science. The National Institute on Aging owns and uses three Lab Products, Inc. animal racking and components systems to house research animals. These systems are proprietary to Lab Products, Inc. and are not sold my any other vendor, per the attached sole source letter from the contractor. Some existing racks and components are aging and require replacement to keep research animals in healthy, safe, and scientifically equal environments. Therefore, only exact replacement equipment from the proprietary sole source manufacturer, Lab Products, Inc., is acceptable. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice if it is believed that the requirement may be met competitively. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) Animal Resources Program owns and uses a Lab Products, Inc. animal cage racking system that requires replacement racks, cages and blower unit components to continue full function. The owned system is proprietary to Lab Products, Inc. Please see the attached sole source justification for details. To ensure the replacement components fit together with the existing system, the replacement components must be provided by Lab Product, Inc.; this company does not have any authorized resellers. Purpose and Objectives The purpose of this acquisition is to procure replacement Lab Products, Inc. animal racks, cages, and blower unit components for the National Institute on Aging (NIA) Animal Resources Program. Required Equipment The National Institute on Aging (NIA) Animal Resources Program requires the following Lab Products, Inc. equipment: •Five (5) RAIR HD Super Mouse Rack Systems (Product No. K77180ARM) •Two (2) RAIR HD One Cage (2100) Interchangeable microisolator unit with stainless steel casters, touch latches and Zyfone canopies. (Product No. K83164ARM) •Ten (10) H2O Trolleys (Product No. 44410M) •Two hundred sixty-seven (267) Diet Delivery Systems (Product No. 75034-HYP) •Six hundred (600) 15-Ounce Water Bottles; super mouse 750 (Product No. 75043) •Six hundred (600) H2O Twist Caps (Product No. 30211ZF) •Six hundred (600) H2O Sipper Tubes (Product No. 30110S) Delivery Requirements The Contractor shall deliver the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination. The equipment shall be delivered between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Thursday. Equipment shall be delivered to the NIH/NIA Baltimore Campus, Bay 1 loading dock, BRC Building, located at 251 Bayview Blvd, Baltimore, MD 21224. Contract Type A firm fixed price contract is contemplated. Invoicing shall be NET30 after receipt of goods. RESPONSE INSTRUCTIONS Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the required equipment. Offerors must provide both 1) a brief technical response and 2) a separate price quotation. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below. Factor 1: Equipment Capability The contractor shall detail in its offer the equipment proposed. Proposed equipment shall be evaluated for conformance to the solicitation requirements, including part numbers and quantities. Factor 2: Delivery The contractor shall indicate its delivery timeframe in its offer. The delivery time frame shall be evaluated for conformance to the solicitation requirements. Factor 3: Past Performance The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment requirements outlined in this Purchase Description. Experience must be specific to the provision of animal system equipment and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Description of Requirement c. Contract POC Name, Email, and Telephone Number EVALUATION METHOD Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE The FAR clauses and provisions below shall apply to this solicitation. 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 5.FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) apply to this acquisition. The following clauses shall be checked/included in this clause: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) 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). 52.219-8, Utilization of Small Business Concerns (Oct 2014) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sept 2016) 52.222-35, Equal Opportunity for Veterans (Oct 2015) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-37, Employment Reports on Veterans (FEB 2016) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) 52.222-54, Employment Eligibility Verification (OCT 2015) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) 6.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-17-430. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-17-430/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04574986-W 20170713/170711235442-31b3fe79f2201deba02da71cc2c13893 (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.