Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 24, 2019 FBO #6542
SOLICITATION NOTICE

66 -- CONSUMAT C-325, TWO-CHAMBERED, CONTROLLED AIR INCINERATOR REFRACTORY LINING REPLACEMENT - Request for Quotation

Notice Date
10/22/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
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-NIAID-1994142
 
Archive Date
11/20/2019
 
Point of Contact
Laura L Grey, Phone: 406-375-9812, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
laura.grey@nih.gov, jkeiser@niaid.nih.gov
(laura.grey@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Terms and Conditions FAR Part 52.212-5 This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-1990571 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06 October 2019. The North American Industry Classification System (NAICS) code for this procurement is 811219, Other Electronic and Precision Equipment Repair and Maintenance, with a small business size standard of $22 million. The acquisition is being compete as a small business set aside. Description of the Requirement: The Rocky Mountain Laboratories (RML) of the National Institute of Allergy and Infectious Diseases (NIAID) studies infections of animals and humans and host responses to the infections. Many of the agents studied at RML are pathogenic and must be handled under appropriate biosafety containment levels and procedures. RML is committed to maintaining a safe and healthful environment for employees and the surrounding community. As a matter of policy, all laboratory, biohazard, animal, and hospital, medical and infectious wastes generated at the facility are incinerated on site. The incinerator operates under a Title V Air Quality Permit and requires that RML comply with the environmental regulations contained in 40 CFR Part 62, Subpart HHH for Hospital/Medical/Infectious Waste Incinerators. The requirement for a waste management plan is specifically addressed in 40 CFR 62.14432. According to the waste management master plan, the Refractory replacement is required to occur every 10-15 years, depending on use of the incinerator. This request is to procure the refractory replacement on the Consumat C-325, two-chambered, controlled air incinerator and will include: •The replacement on all internal brick in the primary chamber •Removal of castable at the charge end •Removal of castable at the discharge end •Removal of castable on the hearth •Replace the steel anchors on the ends of the hearth floors as required •Removal of the brick in secondary chamber •Remove the rammed plastic around secondary chamber air tubes •Remove and replace the refractory in the tee section of the bypass stack A site visit is offered, but not mandatory. The hours offered will be 8:00 am - 4:00 pm, on November 4. To set up the site visit please email Laura Grey (laura.grey@nih.gov) the date you would like to attend. All interested parties should submit quotes based the on the above criteria. Offerors must include all specifications on the quote and company duns number with an estimated date of completion. All responsible sources may submit a response that will be considered. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following evaluation criteria; technical capabilities, key personnel and staffing, past performance, price and the best value to the government. Please provide brief details for each criterion with your quote. See below: Evaluation Criteria: The following factors shall be used to evaluate the offer: 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: (i) technical capability of the service offered to meet the Government requirement; The Government will evaluate the extent to which the Offeror's proposal demonstrates the level of knowledge and understanding of the technical requirements and the tasks to be performed. Understanding includes the ability of the offeror to: Provide a technical plan that demonstrates an understanding of the scope and objectives of the tasks as outlined in Basic Maintenance Option. (ii)price; The Government will review the offeror proposal to determine if it is fair and reasonable based on market prices and historical prices. Option year prices will be included in this review. (iii) key personnel and staffing: The offeror shall submit resumes of all service provider personnel and identify the point of contact for service. The contractor must demonstrate the applicability of skills and experience with respect to the tasks delineated in the SOW. The contractor must be able to ensure that personnel are currently available and/or committed to the contract as of the start of the proposed period of performance. Offeror must demonstrate that they have adequate personnel to respond to concurrent services calls in multiple buildings without compromising facility health status. (iii) past performance / relevant experience (see FAR 15.304); The offeror shall provide past performance providing similar services within the past five years. Information shall include what was provided to whom to include contact information, phone and email address. Offeror must demonstrate that they have provided similar services in research environments and demonstrate an understanding of the requirement to provide service on equipment in varying levels of bio-containment. Offeror must demonstrate that they have a working knowledge of the type of equipment listed in the SOW. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018) FAR 52.204-7 System for Award Management (Oct 2018) (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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2019) *** Must complete representation - see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2019) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received no later than 3:00 pm eastern standard time on November 05, 2019. Offers may be mailed, e-mailed to Laura Grey, (laura.grey@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 Laura Grey at laura.grey@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-NIAID-1994142/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN05480276-W 20191024/191022230704-c8effdbdd06aaee85d735d5188bb7849 (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.