SOLICITATION NOTICE
J -- Service and Maintenance for Panasas ActiveStor Hybrid 100 (ASH-100)
- Notice Date
- 2/18/2020 2:30:34 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811219
— Other Electronic and Precision Equipment Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA(AG)-SS-20-75N95020R00019
- Response Due
- 2/24/2020 12:00:00 PM
- Archive Date
- 03/10/2020
- Point of Contact
- Diedra Prophet, Phone: 3014028070, Karen Mahon
- E-Mail Address
-
diedra.prophet@nih.gov, karen.mahon@nih.gov
(diedra.prophet@nih.gov, karen.mahon@nih.gov)
- Description
- �������������������������������������������������������� NON-COMPETITIVE �����������������������������������������������COMBINED SYNOPSIS / SOLICITATION Title: Service and Maintenance for Panasas ActiveStor Hybrid 100 (ASH-100) 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; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA(AG)-SS-20-75N95020R00019 and the solicitation is issued as a request for proposal. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. 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). The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a firm fixed price purchase order without providing for full and open competition (including brand-name) to TVAR Solutions, LLC., located at 1320 Old Chain Bridge Road, McLean, VA 22101-3940, for service and maintenance on the Panasas ActiveStor Hybrid 100 (ASH-100). This acquisition is conducted as non-competitive for a commercial item or service and is pursuant to (FAR) 13.106-1(b)(1). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-02, with effective date December 23, 2019. The associated NAICS code 811219 and the small business size standard is 22 Million. This requirement has no set-aside restrictions. The purpose of this requirement is to provide service and repair to NIA for the Panasas ActiveStor Hybrid 100 (ASH-100). The contractor shall provide emergency repair service, labor, travel, and replacement parts, excluding consumable items on the Panasas ActiveStor Hybrid 100 (ASH-100). Contractor shall also provide one (1) planned maintenance inspection per service period on the Panasas ActiveStor Hybrid 100 (ASH-100)�(annually), and maintenance inspection will include upgrade of software. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is one (1) year from date of award with four (4) one-year option periods. The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.222-22, Previous Contracts and Compliance Reports (Feb 1999) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018). The following clauses within 52.212-5 apply to this acquisition: 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6 - Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 - Convict Labor (June 2003) (E.O. 11755). 52.222-21 - Prohibition of Segregated Facilities (Apr 2015). 52.222-26 � Equal Opportunity (Sept 2016)52.222-36 � Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 � Combating Trafficking in persons (Jan 2019) 52.223-18 � Encouraging Contractor Policies to Ban Test 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 (Oct 2018) 212 (End of clause) FAR 52.217-8, Option to Extend Services (Nov 1999) � 15 Days FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000): 15 days, 30 days, 5 years and 6 months HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) � The following provisions and clauses apply to this acquisition and are attached in full text: NIH Invoice and Payment Provisions (2/2014) �The provision at FAR clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition.� 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 item offered to meet the Government requirement; (ii) price. Technical is significantly more important than cost or price. B.� Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). 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.� Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. �All offers must be received by Monday, February 24, 2020 at 3:00 pm Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA(AG)-SS-20-75N95020R00019. Responses must be submitted electronically to Diedra Prophet at diedra.prophet@nih.gov. Fax responses will not be accepted. The name and of the individual to contact for information regarding the solicitation: Diedra Prophet Contract Specialist diedra.prophet@nih.gov�� Karen Mahon Contracting Officer �Karen.Mahon@nih.gov Attachment - NIH Invoice and Payment Provisions (2/2014) Invoice and Payment Provisions (2/2014) The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls:� Prompt Payment (Jan 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: I. Invoice Requirements A.� An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed. * Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately.� If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award. * �NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. B.� Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. � C.� Mail an original and 1 copy of the itemized invoice to: National Institutes of Health Office of Financial Management, Commercial Accounts 2115 East Jefferson Street, Room 4B-432, MSC 8500 Bethesda, MD 20892-8500 For inquiries regarding payment call: (301) 496-6088 In order to facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the �Consignee� designated for the acquisition in blocks 6A � 6E of the face page of the Order/Award document. II. Invoice Payment �A.� Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: The 30th day after the designated billing office has received a proper invoice. The 30th day after Government acceptance of supplies delivered or services performed. B.� The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Interest Penalties A.� An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. A proper invoice was received by the designated billing office. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B.� Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. Providing Accelerated Payment to Small Business Subcontractors, FAR 52.232-40 (December 2013) A.� Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� B.� The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act C.� Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business�concerns for the acquisition of commercial items.� � (End of Clause)
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/54189a0157094caeb9b87641df1cff69/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05564049-F 20200220/200218230134 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |