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

J -- Maintenance Services - Scope of Work

Notice Date
1/27/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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-(HL)-2012-064-JML
 
Archive Date
2/17/2012
 
Point of Contact
Jonathan M. Lear,
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of Work for maintenance services to be performed. 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-(HL)-2012-064-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 2005-55 (January 3, 2012). The North American Industry Classification System (NAICS) code applicable to this requirement is 238210 with a size standard of $14.0M. This solicitation is set aside for small businesses. 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) intends to award a fixed price purchase order for maintenance services for the following: UPS & HVAC Heating/Cooling and Emergency Power Back-up Systems Background Information This equipment supports the Laboratory of Computational Biology and it needs to be maintained on a regular basis. If any of these systems fail due to poor maintenance, the entire laboratory's research could be compromised. Scope of Work See Attachment #1, Scope of Work The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. FAR Provisions and Clauses which apply to this Acquisition are the following: FAR clause 52.212-1, Instructions to Offerors - Commercial Items is applicable to this requirement. The Offer shall include all documents as cited in the clause. An addenda is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this requirement. The award will be made based upon the technical specifications of the required products/services and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must respond to the technical evaluation criteria and provide a firm fixed price quote for each year. The Government intends to evaluate offerors and 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 offerors must include itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx. The evaluation criteria are listed below: Technical Approach - Comprehension of the work, use of methods and techniques for completing each task, cost savings and feasibility of approach, identification of challenges and solutions, relevant tasks within the past three years. (30 points) Personnel - Demonstrated evidence of the qualifications, experience, and availability of staff to perform the tasks in the Scope of Work. (40 points) Past Performance - The contractor shall show a proven track record or sufficient staff competence and capability in executing the tasks in the Scope of Work. (30 points) The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as and addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995). FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).; Alternate I (OCT 1995) of 52.219-6; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); and 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). Quotes are due February 2, 2012 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-(HL)-2012-064-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Responses must be submitted electronically to learj@nhlbi.nih.gov. Quotations may also 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, Contract Specialist.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2012-064-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02663199-W 20120129/120127235040-c5bf3e25384dd682e76f79b13520c8c3 (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.