Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 30, 2015 FBO #4997
SOLICITATION NOTICE

43 -- 10 Pumps for use with Tunnel and Rack Washers - Pump Descriptions - 52.212-5

Notice Date
7/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333911 — Pump and Pumping Equipment Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-D-1748191
 
Archive Date
8/26/2015
 
Point of Contact
Bevin L. Feutrier, Phone: 406-375-9826, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov
(bevin.feutrier@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-5 commercial items Pump Descriptions: make, model, location and equipment they support This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-D-1748191 and the solicitation is issued as a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 20 05-83 July 02, 2015. The North American Industry Classification System (NAICS) code for this procurement is 333911, Pump and Pump Equipment Manufacturing, with a small business size standard of 500 employees. The small business set aside is maintained for this requirement. Description of the Requirement: The Comparative Medicine Branch (CMB), National Institutes of Health, requires 10 back up pumps for their tunnel washing and rack washing equipment. The washers are used in the Vivarium's located in buildings 14BS, 33 and 50 to provide daily sanitation of vivarium equipment and cages essential to the facilities operations. The backup pumps are needed to minimize any downtime associated with any pump malfunction or repair. This requirement is for 10 pumps, brand name and model # specific. Three brands, MP Pump, Gusher Pump and Price Pump are required. Makes and models numbers are specified to ensure proper match to existing washing equipment already in use within the vivarium. For a complete list of pumps, model numbers and the equipment they will support, please see attachment "Pump Descriptions" in the attachments to this RFQ. The government intends to award a firm fixed price purchase order as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, price, delivery timelines and the best value to the government. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include all 10 line items and all freight associated with the order. Please include lead times for product delivery. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) 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 ( www.sam.gov ). In addition the Dun & Bradstreet Number (DUNS) must be included in the response. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (March 2015) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.222-25 Affirmative Action Compliance (April 1984) FAR 52.204-16 Commercial and Government Entity Code Reporting (Nov 2014) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2015) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: // www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submissions shall be received not later than: Tuesday, August 11, 2015. Offers may be mailed, e-mailed or faxed to Bevin Feutrier ; (Fax - 406-363-9329), (E-Mail/ bevin.feutrier@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Bevin Feutrier @ bevin.feutrier@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-D-1748191/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03812596-W 20150730/150728235113-13aad939588dfabeb61e928cbeda901c (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.