Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 05, 2014 FBO #4606
MODIFICATION

65 -- Alcohol

Notice Date
7/3/2014
 
Notice Type
Modification/Amendment
 
Contracting Office
6011 Executive Blvd., Rockville, MD 20852
 
ZIP Code
20852
 
Solicitation Number
CH-NIH06252014
 
Response Due
6/30/2014
 
Archive Date
12/27/2014
 
Point of Contact
Name: Carol Hayden, Title: Contract Specialist, Phone: 3014023340, Fax: 3014027494
 
E-Mail Address
haydenc@od.nih.gov;
 
Small Business Set-Aside
Total Small Business
 
Description
CANCELLATION NOTICE:Bids are being solicited under solicitation number CH-NIH06252014. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued. The solicitation is issued as an invitation for bids (IFB), unless otherwise indicated herein.If your company can provide the product/services listed on the solicitation and comply with all of the solicitation instructions, please respond to this notice. To view the specifications, please go to www.FedBid.com and reference Buy No. 627164. GSA Schedule Bids Only: Sellers bidding on this opportunity MUST have the items requested on an existing GSA Schedule. The Schedule must either be in the Seller's name or the Seller must be able to document its ability to act as an agent of a partner's Schedule. Sellers must not bid more than their applicable contract ceiling price, excluding the FedBid Fee, for contract-specific items. If FedBid receives notice that, due to inclusion of the FedBid Fee, the Selected Bid's line item pricing is higher than the Selected Seller's applicable published government contract pricing, the FedBid Fee will be reduced to ensure the Selected Bid's line item pricing does not exceed the Selected Seller's applicable contract pricing. Sellers may offer Open Market items only in accordance with the approved Terms and Conditions of their respective GSA Schedule AND upon approval from the soliciting Contracting Officer. Information regarding GSA Schedules can be found at www.GSA.gov. This requirement is a [ Small Business ] set-aside and only qualified sellers may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2014-06-30 15:30:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Gaithersburg, MD 20877 The DHHS NIH National Institute of Health requires the following items, Brand Name or Equal, to the following: LI 001: ALCOHOL,ETHYL,99.9% 1 PT. NSN: 6505001050000 bottle, 2880, EA; LI 002: ALCOHOL,ETHYL,95%,1 PT NSN: 6505008180293 bottle, 144, EA; LI 003: ALCOHOL,ETHYL NSN: 6505009262204 can, 74, EA; LI 004: 10% BETADINE SOLUTION NSN: 6505009581730 bottle, 35, EA; LI 005: ETHANOL, ALCOHOL 200 PROOF NSN: 650500L062205 gallon, 34, EA; LI 006: ETHANOL ALCOHOL 200 PROOF NSN: 650500L062206 bottle, 106, EA; LI 007: ALCOHOL,ETHYL,95%,1 GAL NSN: 6810011137320 bottle, 356, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, DHHS NIH National Institute of Health intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. A Seller may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. DHHS NIH National Institute of Health is taking this action in an effort to improve both seller access and awareness of requests and the agency's ability to gather multiple, completed, real-time bids.All responsible Sellers that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Sellers that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Sellers that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Sellers may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should Sellers require additional clarification, contact FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com. Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. Evaluation: Tradeoffs, with faster delivery time slightly more important than Price. Any offeror that cannot meet the 3 days will not qualify for award, but the government reserves the right to award to a slightly higher offeror in exchange for faster delivery terms. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov. Bid MUST be good for 30 calendar days after close of Buy The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications; 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, paragraph (a) and the following clauses in paragraph (b): 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-34. The full text of the referenced FAR clauses may be accessed electronically at https://www.acquisition.gov/far/. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. In addition to the Purchase Order Terms and Conditions, the following are special provisions applicable to all orders for delivery to the NIH Supply Center. 1. Deliveries should be made to the NIH Supply Center located at 16050 Industrial Drive, Suite 300, Gaithersburg, MD 20877, Tel: 301-496-9156 or 301-496-9157, between the hours of 7:30 am to 3:30 pm, Monday through Friday except Federal Holidays and when special arrangements are made with the NIH Supply Center in advance. Chemical deliveries should be made to Chemical Section and delivery ticket marked "ATTN: CHEMICAL SECTION". All shipments shall be clearly marked with the order number visible on the packing/delivery ticket as well as the outer package/container. 2. All items delivered under this order must be in accordance with the item description standard packaging and marking requirements. 3. All shipments must be barcoded. The bar code shall be 3-of-9 code as per the current Fed. Std. No. 123 and Military Standard, MIL-STD-I-189. The 13 digit National Stock Number for the specific item shall be marked below the bar code symbol. VENDORS MUST INCLUDE THEIR COMPANIES NAME ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. *** NOTE: THE BAR CODE WHEN SCANNED SHOULD READ THE 13 DEIGIAL NATIONAL STOCK NUMBERS ONLY. NOMENCLATURE, HYPHENS, DASHES, ASTERISKS, ETC. SHOULD NOT BE INCLUDED IN THE BAR CODE. A BRIEF ITEM DESCRIPTION CAN BE INCLUDED ON THE LABEL, ABOVE OR BELOW THE BAR CODE FOR EACH LABEL. 4. The standard pallet size for deliveries to the main warehouse area shall be 40"x48" or 42"x48" (4-way pallet) stacked not more than 55" high and for the Chemical Warehouse pallet size shall be 36"x40" (4-way pallet) stacked not more that 40" high. Ordered items must not be commingled on the pallet. A Report of Discrepancy (ROD), Standard Form 364, will be prepared for each item not conforming to item description, quantity, packaging, or other special provisions of the order. The vendor will be notified of any discrepancy and will be given 10 days to correct any discrepancy notifying this office of a proposed alternate corrective action plan. Should there be a problem regarding a delivery as required by the terms and conditions or special provisions of the order, the vendor must contact the Purchasing Agent listed on the Order. If you are unable to reach the Purchasing Agent or need additional information, contact OLAO Supply Management Branch at 301-496-3395. Failing to comply with the terms and conditions or special provisions of the order will result in delays in receiving, acceptance, payment and may hinder future opportunities to provide supplies to the NIH Supply Center.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/CH-NIH06252014/listing.html)
 
Place of Performance
Address: Gaithersburg, MD 20877
Zip Code: 20877
 
Record
SN03415123-W 20140705/140704000608-bbcf08ecfe57c681b57688b0b63b041d (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.