Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 17, 2016 FBO #5412
SOLICITATION NOTICE

66 -- Configurable Stainless Steel Storage Racks, Tables, Gowning Bench and Work Areas - (Draft)

Notice Date
9/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
NIH-CC-16-015410a
 
Archive Date
10/6/2016
 
Point of Contact
Michael L. Falzone, Phone: 3015943886
 
E-Mail Address
michael.falzone@nih.gov
(michael.falzone@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 52.212-4 Addendum Evaluation Elements Pricing Table Statement of Work Solicitation Number:NIH-CC-16-015410a Notice Type: Combined Synopsis/Solicitation Synopsis: Title: Configurable Stainless Steel Storage Racks, Tables, Gowning Bench and Work Areas (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is NIH-CC-16-015410a and the solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 date August 15, 2016. (iv) The associated NAICS code 339113 and the small business size standard 750 employees. This requirement is full and open with no set aside restrictions. (v) Project Background The CC Pharmacy employee's approximately 45 staff inpatient and outpatient pharmacists and approximately 35 staff inpatient and outpatient pharmacy technicians. The inpatient section is further divided into Unit Dose and Intravenous Admixture Unit (IVAU). The pharmacy is open 24 hours a day, seven days a week. Pharmacists and pharmacy technicians cover approximately 30 or more different shifts during this time period. The Unit Dose section of the Pharmacy Department dispenses, on average, 40,000 unit dose medications per month. The IVAU is responsible for the compounding of sterile injectable preparations. Compounded sterile preparations must be prepared in a facility that meets or exceeds regulatory standards as put forth by the United States Pharmacopeia (USP). These standards are published in USP Chapter 797 PHARMACEUTICAL COMPOUNDING-STERILE PREPARATIONS. Additional regulatory guidance provided by the United States Food and Drug Administration (FDA) is also applicable to the IVAU. Project Objective This request is for configurable stainless steel storage racks, tables, gowning bench and work areas that are permissible by regulation for use in a cleanroom environment. Site preparation and installation shall be performed at: The National Institutes of Health The Clinical Center 10 Center Drive Building 10, Room 1C240 Bethesda, MD 20892 (vi)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (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. The following factors shall be used to evaluate offers: MANDATORY REQUIREMENTS (INFORMATION): Offerors must provide descriptive literature, warranties, and/or other materials that demonstrate that their offer meets the specifications in the Statement of Work. EVALUATION CRITERIA The major evaluation factors for this RFQ include technical and price factors. The technical portion of the quotations will receive paramount consideration in making an award. However, the price will also be a significant factor. The Government will consider quotations for the basic requirement and the add-options in its technical and price evaluations. The technical evaluation criteria can be found in Attachment Three (3): Technical Elements (viii) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (ix) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Please refer to Attachment Four (4) for the complete listing of additional clauses applicable to this solicitation. (x) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Please refer to Attachment Five (5) for all applicable provisions and clauses. (xi) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. (xiii) 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: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." QUESTIONS DEADLINE: All question requests for NIH are to be submitted via email to michael.falzone@nih.gov by September 19, 2016, 10:00 a.m. EST. QUOTATIONS DUE: All quotations are due, no later than September 21, 2016, 9:00 a.m. EST. to micahel.falzone@nih.gov. The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/NIH-CC-16-015410a/listing.html)
 
Place of Performance
Address: 10 Center Dr., Bldg 10 Rm 1C240, Bethesda, MD 20892, United States
Zip Code: 20892
 
Record
SN04273501-W 20160917/160915235743-6815487580b15ea49c519a2c409346bf (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.