Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2018 FBO #6137
SOLICITATION NOTICE

70 -- Fishers Lane Projector Upgrade Equipment (Brand Name Only) - RFQ Documents

Notice Date
9/10/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333316 — Photographic and Photocopying Equipment 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
RFQ-RML-1932166
 
Archive Date
10/3/2018
 
Point of Contact
Tamara K. McDermott, Phone: 406-375-7487
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Justification & Approval - Brand Name Only FAR 52.212-5 Full Text Bill of Materials (BOM) I. OVERVIEW: This notice 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 applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-1932166. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 333316 Photographic and Photocopying Equipment Manufacturing with a small business size standard of 1,000 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Part 13, and is a total small business set aside. It is anticipated that one firm fixed price contract will be awarded. Under NAICS code 333316, the Small Business Administration has approved a class waiver from the Non-Manufacturer Rule for the products listed on the Bill of Materials (BOM). II. STATEMENT OF NEED: The National Institute of Allergy and Infectious Diseases (NIAID) Operations and Engineering Branch (OEB) requires the replacement of 31 existing Digital Projection E-Vision 7500 projectors currently being used at NIAID's Fishers Lane facility in Rockville, MD. The current projectors are no longer providing optimal service and must be replaced as soon as possible. The required brand is NEC NP-PA803UL Laser Phosphor projectors. The brand name, and model number of the product(s) are provided in the attached Bill of Materials (BOM). Offeror shall be an authorized NEC reseller. III. PERIOD OF PERFORMANCE: Delivery of equipment is needed ASAP and no later than October 26, 2018. Estimated total period of performance is from date of award September 25, 2018 - October 26, 2018. IV. DELIVERY: FOB Point shall be Destination, Rockville, MD. Delivery location is 5601 Fishers Lane, Rockville, Maryland 20852. NIAID IT personnel need to be present to receive so the successful offeror must provide a 24-hour pre-delivery notice via email to designated contacts. If pre-delivery notice is not received and NIAID IT staff is not available to receive the shipment, the equipment will be returned and will require reshipping at the vendors cost. The Loading Dock is at semi-truck height. If the delivery truck is low, a lift gate is REQUIRED for pallet shipments or packages over 50 pounds. The Loading Dock hours are as follows: 7:30 am - 3:30 pm EST, Monday through Friday except for Federal Holidays. FOB: Destination. Please address this delivery requirement in your quote. V. INSTRUCTIONS: The government requests responses from qualified sources capable of providing the requirement as outlined in the attached Bill of Materials (BOM). All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating offeror is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; Cage Code; business size under NAICS 333316; and payment terms. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. Offeror shall be an authorized NEC reseller. New equipment ONLY; NO refurbished or manufactured or "gray market" items. All items must be covered by the original manufacturer's warranty. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before Tuesday, September 18, 2018 5:00 pm EST. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. Reference Solicitation ID: RFQ-RML-1932166 on your quote. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ 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 SAM will make an offeror ineligible for award]. VII. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. Award will be made on a lowest-price technically acceptable basis considering the following three factors: technical, past performance, and price. Technical considerations include: Bill of Materials specifications, authorized reseller status, delivery, and warranty. NIAID will first evaluate offerors' prices, and then evaluate the apparent lowest-priced offer for acceptability under the technical and past performance factors. If the lowest-price offeror is evaluated as unacceptable, NIAID will then consider the acceptability of the next lowest-price offeror, continuing this process as necessary. VIII. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. IX. SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your offer, you will be consenting to disclosure of your offer to non-government personnel for purposes of evaluation. X. QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than Thursday, September 13, 2018 5:00 PM EST, via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. XI. PROVISIONS, CLAUSES & OTHER 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 Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instruction to Offerors - Commercial Items (Aug 2018) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following additional Health and Human Services Acquisition Regulations (HHSAR) clause is applicable to this requirement: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) Copies of the above-referenced clause is available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-1932166/listing.html)
 
Place of Performance
Address: NIH/NIAID, 5601 Fishers Lane, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN05082339-W 20180912/180910231844-c24031a21582f2811c813f85bab04e6d (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.