Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2010 FBO #3294
SOLICITATION NOTICE

99 -- Rodent Feed - Feed Specs

Notice Date
11/29/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311119 — Other Animal Food Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2011-028-JML
 
Archive Date
12/21/2010
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Feed Specifications - NIH 31 Feed Specifications - NIH 07 THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The solicitation number is NHLBI-CSB-(DE)-2011-028-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-46 (October 29, 2010). The North American Industry Classification System (NAICS) code applicable to this requirement is 311119 with a size standard of 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), on behalf of the National Institute of Dental and Craniofacial Research (NIDCR), intends to award a fixed price purchase order for the following: Food for Rodents housed in Building 30, NIDCR, VRC Vivarium. Background Information: This is to request the provision and delivery of two types of rodent diet, specified in attachments, to the National Institute of Dental and Craniofacial Research (NIDCR) at NIH for a period of one year. The NIDCR, VRC Vivarium houses rodents that must be fed an approved consistent diet throughout the year. Lack of walk-in coolers and adequate storage space necessitates the bi-weekly delivery of food to this location. Purpose and Objectives for the Procurement: The purpose of this procurement is to provide consistent delivery of two diets on a bi-weekly basis for 12 months. It is imperative that the delivery be consistent for scientific purposes and due to the lack of storage space in Bldg. 30 delivered on a bi-weekly basis in the amounts requested. Attachments: 1.Specifications for Open formula Diet NIH 07 2.Specifications for Open formula Diet NIH 31 Government Responsibilities: •NIDCR will provide a responsible point of contact and an alternate for all matters concerning this contract. •NIDCR will sign for all deliveries; inspect the product for accurate counts and damages. •NIDCR will quickly report via phone or email any damaged product for replacement and provide proof of damages if requested. •NIDCR will quickly process invoices for payment with each delivery. Reporting Requirements and Deliverables: •This contract will provide a total of 39,600 Kilograms of NIH 07 (in the range of 10-22.8 kg bags) and 3960 Kilograms of NIH 31 autoclave Rodent Diet (in the range of 10-22.8 kg bags). •The NIH 07 and NIH 31 diets will be delivered in 22 bi-weekly deliveries of approximately equal numbers of bags that will fulfill the total requirement on the last of the 22 deliveries. The shipments will be loaded and shrink wrapped on a pallet(s) delivered directly to the Bldg. 30 loading dock. •Each shipment will be accompanied by an invoice listing the date and amount shipped. •Any reported damaged bags will be replaced free of charge at the next delivery. Program Management and Control Requirements: Any issues, problems or concerns in the processing or delivery of the diet will be quickly addressed via phone call or email in order to discuss possible solutions and prevent future problems. Bi-weekly invoices will be promptly processed for payment. Inspection and Acceptance Requirements: Changes must be approved by the project officer from NIDCR and the contractor. This is a firm fixed contract for the delivery of specified diet with payment for each invoice as processed upon delivery for the term of one year. Evaluation Criteria: The Offeror shall demonstrate its ability to follow the below Contractor requirements: •The contractor will provide the two diets listed in the specification sheets attached. •The contractor will palletize on a clean new commercially standard 48"x42" four way pallet. Pallets will be inspected upon delivery and shall be clean, free of contaminates and damage. Total height of the pallet and goods shall not exceed 55 inches and goods will be shrink wrapped to assure safe and proper handling. There will be no exchange of pallets. •Tailgate delivery will be provided and is defined as that which enables a forklift or similar equipment with operator to place or remove cargo from the tailgate of contractor's vehicle. •The contractor will provide requested amounts of both diets on a bi-weekly basis to the NIDCR, Bldg. 30 loading dock. •The contractor will provide a detailed invoice of diet delivered for each shipment. •The contractor will deliver diet a day early, if delivery day falls on a scheduled government holiday. •The contractor will quickly call NIDCR points of contact as soon as possible with any problems or issues related to delivery of diet in order to agree upon alternatives. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Institute of Dental and Craniofacial Research (NIDCR), Bethesda, Maryland. The Offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (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; 3) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov. The clauses are available in full text at http://www.arnet.gov/far. Quotes are due December 6, 2010 by 3:00pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation Number NHLBI-CSB-(DE)-2011-028-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, COAC Services Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear. Responses may be submitted electronically to learj@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2011-028-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NIDCR, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02334810-W 20101201/101129234222-57dfc2d5f40d4adffe9b4f16edfa43c4 (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.