Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2020 SAM #6702
SOLICITATION NOTICE

66 -- Amendment 01 - Marmoset Cages/Pans for the National Institute of Mental Health (NIMH) Veterinary Medicine and Resources Branch (VRMB)

Notice Date
4/3/2020 11:24:58 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-20-001641
 
Response Due
4/10/2020 2:00:00 PM
 
Archive Date
04/10/2020
 
Point of Contact
Kristina Jenkins, Phone: 301-402-7464, Valerie Whipple
 
E-Mail Address
kristina.jenkins@nih.gov, Valerie.whipple@nih.gov
(kristina.jenkins@nih.gov, Valerie.whipple@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
INTRODUCTION 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. This solicitation number is NIMH-20-001641 and the solicitation is issued as a request for proposal (RFP). ACQUISIITON AUTHORITY 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 REQUIREMENT IS A SET-ASIDE TO SMALL BUSINESS. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020 PURPOSE National Institute of Mental Health has a requirement for 60 Lenderking Marmoset cages/racks and 30 additional excreta pans for the National Institute of Mental Health (NIMH) Veterinary Medicine and Resource Branch (VRMB). The equipment must be brand name or equal and must be compatible with the NIMH VRMB existing Lenderking marmoset cages [MARM303139-101]. Refer to the attached �Purchase Description� for equipment requirements. .PROJECT REQUIREMENTS �See Attachment 1�Product Description ANTICIPATED DELIVERY/PERIOD OF PERFORMANCE See Attachment 1�Product Description CONTRACT TYPE The Government anticipates an award of a firm fixed-price contract for this acquisition. APPLICABLE FAR PROVISIONS 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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 this/these address(es): https://www.acquisition.gov/browse/index/far The following provisions apply to this acquisition and are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018); FAR 52.212-2 Evaluation-Commercial Items (OCT 2014); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) Offers must include a completed copy of the provision at 52.212-3 Offeror Representation and Certification Commercial Items with their offer. See Attachment 2-Representations and Certifications FAR 52.204-7 System for Award Management (OCT 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019).�See Attachment 2-Representatons and Certifications FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (DEC 2019). See Attachment 2-Representatons and Certifications FAR 52.211-6 Brand Name or Equal (Aug 1999) APPLICABLE FAR CLAUSES FAR 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/these address(es): https://www.acquisition.gov/browse/index/far 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). See Attachment 3-Terms and Conditions FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (OCT 2018). See Attachment 3-Terms and Conditions for full text and additional clauses cited in 52.212.5 applicable to this acquisition. FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2019). EVALUATION CRITERIA The provision at FAR clause 52.212-2 Evaluation-Commercial Items (OCT 2014), 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: Equipment Capability Delivery Past Performance Cost/Price ����� Equipment Capability, Delivery and Past Performance, when combined, are 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. (End of provision). VENDOR AND SUBMISSION REQUIREMENTS Reponses to this solicitation must include sufficient information to establish the interested parties �bona-fide capabilities of providing the required materials and performing the required service. Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.� Additionally, the response must include the completed offeror representation in FAR Provision 52.204-24 unless this representation is made in vendor�s SAM registration (see Attachment 2- Representations and Certifications). The price quote shall (must) include: total price, 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; warranty coverage; and any other information or factors that may be considered in the award decision. All questions must be received by Wednesday, April 01, 2020 at 12PM, Eastern Standard Time, and reference number NIMH-20-001641. Questions may be submitted electronically to Kristina Jenkins, Contract Specialist, at Kristina.Jenkins@nih.gov. Amendment 01 -posted on Friday, April 3, 2020. Proposals are due by Friday, April 10, 2020 at 5PM, Eastern Standard Time, and must reference number NIMH-20-001641.� OFFERORS MUST ACKNOWLEDGE �RECEIPT OF AMENDMENT 01 IN THEIR PROPOSAL, and proposals must be submitted electronically to Kristina Jenkins, Contract Specialist, at Kristina.Jenkins@nih.gov. Fax responses will not be accepted. Extensions to the deadline will not be granted. ATTACHMENTS Amendment 01 - Cover Letter Attachment 1 � Product Description_Amendment 01 Attachment 2 � Representations and Certifications Attachment 3 � Terms and Conditions Attachment 4 � Technical Evaluation Criteria_Amendment 01 Attachment 5 � Invoice Instructions Attachment 6 - Q and A_Amendment 01
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/325dbceba9f3499a929ca0d91f24fb6a/view)
 
Record
SN05610226-F 20200405/200403230142 (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 |
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.