SOLICITATION NOTICE
R -- Procurement of Courier Services for NIDDK
- Notice Date
- 6/6/2022 6:43:22 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 492210
— Local Messengers and Local Delivery
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
- ZIP Code
- 20817
- Solicitation Number
- NICHD-22-138
- Response Due
- 6/22/2022 6:00:00 AM
- Archive Date
- 07/07/2022
- Point of Contact
- Amber Harris, Fax: 3014803278
- E-Mail Address
-
amber.harris@nih.gov
(amber.harris@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- �� � �� �COMBINED SYNOPSIS / SOLICITATION�WORKFORM (1)�� �Action Code: �Combined Synopsis/Solicitation (2)�� �Date: 6/7/2022 (3)�� �Year: 2022 (4)�� �Contracting Office Zip Code: 20892 (5)�� �Project Service Code: R602 � SUPPORT ADMINISTRATIVE: COURIER/MESSENGER (6)�� �Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7)�� �Subject/Title: Procurement of Courier Services for NIDDK (8)�� �Proposed Solicitation Number: NICHD-22-138 (9)�� �Closing Response Date: 6/22/2022 (10)�� �Contact Point: Amber Harris (11)�� �Contract Award and Solicitation Number: TBD (12)�� �Contract Award Dollar Amount: TBD (13)�� �Contract Line Item Number(s): TBD (14)�� �Contractor Award Date: TBD (15)�� �Contractor Name: TBD (16)�� �Description: (Background) (i)�� ��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; quotes are being requested and a written solicitation will not be issued.�� (ii)�� �The solicitation number is NICHD-22-138 and the solicitation is issued as a request for quote (RFQ). (iii)�� �The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-06 effective 5-26-2022. (iv)�� �The associated NAICS code is 492210, Local Messengers and Local Delivery, and the small business size standard is 1500. �The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.� (v)�� �The Contractor Requirements are listed below: 1.0�� �PURCHASE ORDER TITLE Procurement of Courier Services for NIDDK �� ��� � 2.0�� �BACKGROUND The National Institute of Diabetes and Digestive and Kidney Diseases (NIDDK) conducts and supports research on many of the most serious diseases affecting public health. The Institute supports much of the clinical research on the diseases of internal medicine and related subspecialty fields, as well as many basic science disciplines.� The Institute's Division of Intramural Research encompasses the broad spectrum of metabolic diseases such as diabetes, obesity, inborn errors of metabolism, endocrine disorders, mineral metabolism, digestive and liver diseases, nutrition, urology and renal disease, and hematology. Basic research studies include biochemistry, biophysics, nutrition, pathology, histochemistry, bioorganic chemistry, physical chemistry, chemical and molecular biology, and pharmacology.� NIDDK extramural research is organized into 4 divisions: Diabetes, Endocrinology, and Metabolic Diseases; Digestive Diseases and Nutrition; Kidney, Urologic, and Hematologic Diseases; and Extramural Activities.� The Institute supports basic and clinical research through investigator-initiated grants, program project and center grants, and career development and training awards. The Institute also supports research and development projects and large-scale clinical trials through contracts.� 3.0�� �OBJECTIVE The purpose of this contract is to purchase the services of a courier to provide interoffice delivery of letters, packages, and other small items, as needed. The objective is to have dependable, regular delivery of correspondence and materials between the Intramural, Extramural and Executive Offices of NIDDK. 4.0 �� �ASSUMPTIONS To assist in the preparation of fulfilling the requirements of the tasks below, the following assumptions are provided for assistance: � ��� �Picking up and delivering envelopes of all sizes ��� �Move boxes up to 50 pounds in weight ��� �Move/lift small office equipment up to 50 pounds in weight (including, but not limited to, computer monitors, keyboards, PCs, desktop printers, desktop fax machines, telephones, handheld devices, and smart phones) ��� �Service the Combined Federal Campaign materials and deposits ��� �Service time-sensitive, confidential correspondence(s) from the Office of the Director. 5.0 �� �TASKS AREAS Independently, and not as an agent of the Government, the contractor shall perform all of the detailed Task Areas listed below: 5.1�� �Task Area 1 � Proof of Insurance � The Contractor must provide evidence of current automobile insurance coverage. �Coverage will specify that the vehicle is being used for business purposes and that liability insurance is in effect. 5.2�� � Task Area 2 � Delivery Hours � The Contractor must provide timely pick-up and deliver multiple parcels/multiple times to the designated areas to be determined by the COR between the hours of 8:00 am. � 4:30 p.m. Monday thru Friday. �The contractor must be accessible by cell phone during these hours. 5.3�� �Task Area 3 � Place of Shipment/Delivery � Contractor shall pick up from and deliver to the following locations multiple times per each eight-hour business day: ��� �NIDDK offices on the NIH Campus at Buildings 3, 5, 8, 10, 12, 31, and 50. ��� �NIDDK offices at the Democracy II building located at 6707 Democracy Boulevard, Bethesda MD. �Contracting Office located at 6710 B Rockledge ��� �NIH offices at 2115 East Jefferson Street, Rockville MD, to include OFM and OD HR Contractor shall pick up from and deliver to the following locations upon request: ��� �NIH offices on the NIH Campus at Buildings 1, 2, 13 and 14. ��� �Washington National Records Center and other NIH and DHHS locations in the Washington DC metropolitan area. 6.0�� �PURCHASE ORDER TYPE This Purchase Order is to be a firm fixed price.� 7.0�� �INSPECTION AND ACCEPTANCE The Project Officer or the Project Officer Supervisor will perform inspection and acceptance of materials and services to be provided. Inspection and acceptance will be done AFTER All materials are unpacked, installed, and test run for operation. Receiving will be completed no later than 7 days following date of Delivery and does not constitute acceptance and Delivery.� Inspection and acceptance will be performed at the place of delivery (see Task 5.3). (vi)�� �Period of Performance: � Base Period: �8/1/2022 � 3/31/2023 Option Period One: 4/1/2023 � 3/31/2024 Option Period Two: 4/1/2024 � 3/31/2025 Option Period Three: 4/1/2025 � 3/31/2026 Option Period Four: 4/1/2026 � 3/31/2027 Payment will be provided monthly, within 15 days after receipt of invoice. (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (vii)�� �The provision at FAR clause 52.212-2, Evaluation � Commercial Items, is applicable. �Award will be made to the contractor providing the most advantageous quote to the Government. �Technical factors, past performance, and price considered with technical factors outweighing price. � Specifically, the following technical factors will be evaluated: i.�� �The vendor will be evaluated on their quoted services meeting the specifications under section 4.0 ASSUMPTIONS and 5.0 TASK AREAS. (x)�� �FAR clause 52.212-3, Offeror Representations and Certifications � Commercial Items, is applicable. �An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. � (xi)�� �FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items, applies to this acquisition. �Including the following clauses and Prohibitions: i.�� �52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) ii.�� �52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)) iii.�� �52.219-28, Post Award Small Business Program Representation iv.�� �52.222-3, Convict Labor (June 2003) (E.O. 11755). v.�� �52.222-21, Prohibition of Segregated Facilities vi.�� �52.222-26, Equal Opportunity vii.�� �52.222-36, Equal Opportunity for Workers with Disabilities viii.�� �52.222-50 Combating Trafficking in Persons ix.�� �52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving� x.�� �52.225-13, Restrictions on Certain Foreign Purchases Additional Clauses: i.�� �52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Jul 2013) (31 U.S.C. 3332) ii.�� �52.232-39, Unenforceability of Unauthorized Obligations. iii.�� �52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (MAY 2014) (41 U.S.C. chapter 67). iv.�� �52.217-9 Option To Extend the Term of the Contract. (MAR 2000) (xiii)�� �Additional Contract Requirements: None (xiv)�� �The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable.� (xv)�� �Offers shall be submitted via email to amber.harris@nih.gov� (17)�� �Place of Contract Performance:� �� �National Institute of Health, NIDDK �� �6707 Democracy Blvd Bethesda, Maryland 20817 (18)�� �Set-aside Status: This requirement is set aside for small business. �
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/227f86aaf74f4267bf0f37dd1771d88e/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06348390-F 20220608/220606230101 (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 |