Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOLICITATION NOTICE

99 -- Micellaneous / Storage & Warehousing

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493120 — Refrigerated Warehousing and Storage
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIAID-NOI-12038
 
Archive Date
2/28/2012
 
Point of Contact
Robin A. White, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
whiterobin@niaid.nih.gov, talexander@niaid.nih.gov
(whiterobin@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NIAID-NOI-12038, a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-55 dated January 3, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not small business set-aside. The associated North American Industry Classification System (NAICS) Code is 493120, which has a size standard of $25.5 in millions of dollars. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure storage freezer support services to house cryogenically frozen clinical samples with the Forest City-New Baltimore, LLP at John Hopkins University. The repository will be manned and monitored 24 hours a day, 7 days a week and will employ a specially developed security network system for monitoring and accessing control to the building entrances, loading docks, and service entrances. The square footage is a total of 641 sq. ft. for 15 freezers. The level of security is appropriate for storage of cryogenically-preserved infectious specimens. The laboratory freezers are to store critical materials that demand constant temperature and security. Typical freezers for this application: 25 cubic ft. (710 liters) upright freezers. Interior Freezer temperature typically maintained at approximately-80 C. Freezers typically have alarm systems (installed and operated by tenant) that will notify tenant when there is a mechanical or electrical failure or other alarms including over and under temperature settings, door open and loss of power. The walkway space and space to open doors and move carts through corridors, floor must be capable of supporting 200 psf loading, provide corridors and allow freezers to back onto walls, space to be separated from other tenants and building uses by secure walls and lockable doors, ready access to a loading dock where freezers can be hoisted up and down on hydraulic lift, room shall have separate thermostatic (heating and cooling) control (adjustable by tenant), heating and cooling systems provided by centralized systems that are located outside of the space, space shall be capable of exhausting waste heat produced by fifteen 25 cubic foot- 80 C freezers, electrical power shall be provide in the form of 120 VAC receptacles spaced every three feet along the wall at the back of the freezers, and each receptacle shall be on an independent 20 amp circuit, provide area lighting controllable, provide smoke detector and fire alarm system, power shall be provided on a separate meter billable by electrical utility directly to tenant, stand-by power shall be available to tenant as an option, provide communications infrastructure necessary for tenant to connect to telecommunications carrier services, as necessary to support tenant's emergency alarming system, and to facilitate possible emergency transfer of critical materials, space shall be in a building that is within 3 miles of the Johns Hopkins Campus at East Monument Street and North Broadway in Baltimore, Maryland. This is to allow the investigator at John Hopkins University to have access to sensitive material that is time sensitive to transport from place to place. Vendor is to supply the building and floor plan of space, and relevant building features that are not expressly specified. The Award will be based on: 1) the capability to perform the above stated salient characteristics, and 2) price. The period of performance shall be for one (1) year from date of award. The government will award a fixed price purchase order to the responsible contractor. The FOB terms are 'Destination' and Net 30. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR Part 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR 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. The CCR website is http://www/ccr.gov. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time on February 13, 2012. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52D, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and fax submissions of proposals are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mailed to whiterobin@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Robin White at (301) 402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-12038/listing.html)
 
Place of Performance
Address: National Institute of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02662909-W 20120129/120127234654-84e33f3ab2c6fe1ebec8301bcb7bcf99 (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  © 1994-2020, Loren Data Corp.