Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 23, 2016 FBO #5509
SOLICITATION NOTICE

R -- Genotyping Support Services for the NIA - Copy of the Solicitation - IT Security Clauses Addendum

Notice Date
12/21/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-075
 
Archive Date
2/7/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Addendum to Solicitation which includes additional IT Security clauses. Copy of the Competitive Solicitation with formatted tables. Genotyping Support Services for the NIA Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-075 INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-075 and the solicitation is issued as a request for quotation (RFQ). ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-92-1, dated December 19, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code is 541690 with the Size Standard of $15 Million. SET-ASIDE STATUS This acquisition is unrestricted. Contractors of all business sizes may respond. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) has historically performed rodent genotyping services internally to support investigative research staff. However, it was recently determined that NIA will no longer perform this work. Accordingly, contractor support is required for rodent tissue sample genotyping services. Purpose The purpose of this requirement is to provide the National Institute of Aging (NIA) with DNA extraction and multi-gene analysis services for rodent tissue samples on an indefinite-delivery indefinite-quantity basis. Contract Type An indefinite-indefinite delivery indefinite-quantity contract is contemplated. The order shall be sourced via the Open Market and is expected to exceed $150,000. Invoicing shall be on a NET30 and payment shall be made via Electronic Funds Transfer (EFT). Invoices against contract delivery orders shall be submitted monthly after support is provided and processed via Two Way Match. Period of Performance The period of performance for this indefinite-delivery/indefinite-quantity requirement shall be April 4, 2017 through April 3, 2022. Sample analysis unit costs may be separately priced for each contract period of performance. Place of Performance The place of performance for this requirement shall be the contractor's worksite. Project Requirements The contractor shall provide the genotyping support services, which include DNA extraction and multi-gene analysis, detailed below. •Perform DNA extraction and isolation from biological samples provided from rodents, including rodent tail clip, ear punch, and toe clip samples. A minimum of 25,200 samples and a maximum of 34,200 samples shall be processed during each contract period of performance. •Perform polymerase chain reaction (PCR) assays for genotyping of all biological samples provided. PCR analysis may require between one and ten genes be analyzed per sample. •Perform re-test of any failed analyses or analyses with questionable results. This shall include all analyses, not just quality-assurance-tested analyses. Re-test, if required, shall be the responsibility of the contractor and shall not be charged to the Government. •Perform quality assurance analysis on 1% of provided samples each week. Quality assurance results shall then be provided to the Government within one week. Additionally, any and all concerning items shall be reported to the Government immediately. •All DNA extraction and PCR assays and analyses must be completed within 72 hours of contractor receipt of samples. •Provide reproducible genotyping assay information and any raw data obtained in genotyping analysis for any and all samples provided by the Government, upon request. •Provide results of DNA extraction and PCR assays and analyses with annotation. •Provide results via an online bioinformatics database which the Government may easily access. The database must be provided and hosted by the contractor and all results shall be included therein within 72 hours of contractor receipt of samples. The database shall be password protected and must meet Section 508 standards, though the database shall not be available to the public. •The online bioinformatics database must be able to interface, using XML or comparable language, with an existing Government database known as the NIA Progeny Database which holds existing genotyping data. The contractor database information shall be importable into the NIA database and the contractor database shall be able to accept information from the NIA database if needed. All information must be kept secure. •Store all provided samples and remaining biological tissues appropriately for preservation for 6 months after receipt from the Government. Stored samples and remaining tissues shall be in maintained in such condition that subsequent nucleic acid analyses may be performed. Stored samples shall be returned to the Government upon request. Upon holding for 6 months, the contractor shall obtain approval from the Government to either return or destroy samples. •Provide sample collection and storage material supplies to the Government for tissue collection. Supplies shall include 96 well plates and/or vials for sample collection, reagents, pipette tips, cap strips, probes refrigerated sample storage units for holding samples prior to genotyping analysis, appropriate pre-paid shipping containers, and a sample record tracking system/method. •Provide for all shipping and courier related costs for the Government to send and receive samples. Shipping containers/packages are expected to be provided to the government as part of the provided service. Samples must be picked up by the Contractor from the Government at least three (3) times per week. The Contractor shall provide a drobox for samples to be placed for pickup. Samples returned to the Government must be shipped via overnight express but need not be refrigerated. •Provide telephone support to the Government between the hours of 7:30 AM and 3:30 PM, Monday through Friday, Maryland local time. Ordering and Receiving The maximum quantity that the government may order over the life of the IDIQ contract is detailed in the table below. The minimum quantity which may be ordered for the life of the contract is detailed in the same table. IDIQ Contract Annual Requirements Service Unit Minimum Quantity Maximum Quantity Genotyping Support Services One Sample 25,200 34,200 IDIQ Contract Overall 5-Year Requirements Service Unit Minimum Quantity Maximum Quantity Genotyping Support Services One Sample 25,200 171,000 Orders issued under this contract may be placed in writing or via electronic mail (e-mail) by the Contracting Officer's Representative (COR). The COR shall be identified at time of award. The Contractor representative(s) authorized to receive and accept orders shall also be identified at time of award. All orders delivered under this contract must be verified by the authorized COR. The authorized COR shall formally document all work performed by the Contractor and the Contractor shall assist in this process. The COR will inspect ordered support for completion within 72 hours, as gauged by results data uploaded into the online database, as well as for appropriate re-test and delivery of samples which did not meet quality assurance requirements, prior to invoice approval. Please note that the Government shall not be obligated to purchase services beyond the minimum quantity included on any resulting contract award. All services ordered shall be purchased via delivery order against the parent indefinite-delivery/indefinite-quantity contract. The parent contract shall obligate no funding; only delivery orders shall obligate funding. Delivery Requirements Analysis results shall be provided via contractor-hosted database. Samples shall be picked up from and returned to the Government site located at 251 Bayview Blvd, Baltimore MD 21224. Government Furnished Information/Property The Government will provide rodent biological tissue samples for contractor analyses. The Government shall also furnish the contractor with existing genotyping protocols and other documentation developed for the rodent samples, such as construct sequences and manuscripts. FAR Clause 52.245-1 Government Property shall be applicable to this requirement. Key Personnel The following key personnel are required: 1.One (1) Genotyping Lab Manager The Genotyping Lab Manager must possess a B.S. in a biological, chemical, or genetic science and must have a minimum of five (5) years of experience in assay design and development, data interpretation and troubleshooting, and use of high throughput DNA isolation and real time PCR genotyping systems. 2.One (1) Quality Assurance Manager The Quality Assurance Manager must possess a B.S. in a science or engineering discipline and must have a minimum of five (5) years of experience in analysis and interpretation of data results and data integrity management. The Quality Assurance Manager must also have a minimum of five (5) years of experience performing process validations, equipment qualifications and regulatory compliance. 3.One (1) Local Technical Representative The Local Technical Representative must possess a minimum of three (3) years of experience in a customer service related field. Experience must include serving as a liaison between contractor and customer, troubleshooting, and data dissemination. The proposed Key Personnel will become subject to the provisions of Health and Human Services Acquisition Regulation (HHSAR) Clause HHSAR 352.237-75 Key Personnel as follows: The key personnel specified in this contract are considered to be essential to work performance. At least 30 days prior to the contractor voluntarily diverting any of the specified individuals to other programs or contracts the Contractor shall notify the Contracting Officer and shall submit a justification for the diversion or replacement and a request to replace the individual. The request must identify the proposed replacement and provide an explanation of how the replacement's skills, experience, and credentials meet or exceed the requirements of the contract. If the employee of the contractor is terminated for cause or separates from the contractor voluntarily with less than thirty days' notice, the Contractor shall provide the maximum notice practicable under the circumstances. The Contractor shall not divert, replace, or announce any such change to key personnel without the written consent of the Contracting Officer. The contract will be modified to add or delete key personnel as necessary to reflect the agreement of the parties. Data Rights: The National Institute on Aging shall have unlimited rights to and ownership of all deliverables provided under this procurement including reports, analyses, recommendations and all other deliverables. In addition, it includes any additional deliverables required by contract change. All data provided and produced in relation to this requirement shall be solely owned by the Government. The contractor will not publish scientific data based on this requirement. The definition of "unlimited rights" is contained in Federal Acquisition Regulation (FAR) 27.401, "Definitions." FAR clause 52.227-14, "Rights in Data-General," shall be incorporated into any resulting award by reference. Information Systems Security The Contractor must ensure that any and all computer systems used in the course of this contract shall include the following features: 1.Any computer used in relation to this contract must be patched with most updated IT Security Patches. 2.Any Contractor computer used in relation this contract must have virus protection loaded and running with definition files that are updated on at least a daily basis. 3.Hard drives and portable media used for this contract must be encrypted using the FIPS 140-2 standard. 4.Contractors are required to take NIH Security and Privacy Training annually http://irtsectraining.nih.gov/ 5.Contractor are required to sign the NIH non-disclosure agreement http://irtsectraining.nih.gov/NIH_Non-Disclosure_Agreement.pdf 6.Contractors are required to report any lost or stolen NIH data to the NIA ISSO within one hour of knowing of the lost or theft even if the data is on a Contractor furnished computer. 7.Contractors are required to adhere to the NIH IT rules of behavior which can be found at https://ocio.nih.gov/InfoSecurity/training/Pages/nihitrob.aspx 8.Any computers used in reference to this contract must be assessed for vulnerabilities. 9.Any computers used in reference to this contract must be backed up on an external hard drive which is password protected. 10.Any computers used in reference to this contract must have auditing enabled such that if an incident occurred then that event could be reconstructed. 11.Any computers that are used in reference to this contract must employ at a minimum user name and password authentication or if possible two factor authentication. 12.Any computer used in relation to this contract must be password protected. All Password must meet the NIH standard such that users must choose passwords that have at least eight characters and at least three of the following types of characters: a.capital letters b.lower case letters c.numeric characters d.special characters (!@#$%^&*()_+|~-=\`{}[]:";'<>?,./) Confidentiality of Information Confidential Information means information or data of a personal nature about an individual, or proprietary information or data submitted by or pertaining to an institution or organization. Confidential Information or records shall not be disclosed by the Contractor without written authorization from the Contracting Officer. Whenever the Contractor is uncertain with regard to the confidentiality of or a property interest in information under this contract, the Contractor should consult with the Contracting Officer prior to any release, disclosure, dissemination, or publication. No information of a personal nature will be disclosed by the government to the contractor. HHSAR Clause 352.224-71 Confidential Information shall be applicable to this requirement. Testing results shall be considered confidential information. Non-Personal Service Statement: The contract employee performing services will be controlled, directed and supervised at all times by management personnel of the contractor. Actions of contractor employees may not be interpreted or implemented in any manner that results in any contractor employee creating or modifying Federal policy, obligating the appropriated funds of the U.S. Government, overseeing the work of Federal employees, providing direct personal services to any Federal employee or otherwise violating the prohibitions set forth in Parts 7.5 and 37.1 of the Federal Acquisition Regulations (FAR). Section 508 Compliance Section 508 of the Rehabilitation Act of 1973 requires that Federal agencies' electronic and information technology (EIT) is accessible to people with disabilities. The Federal Acquisition Regulations (FAR) Final Rule for Section 508 (EIT Accessibility) can be found at www.section508.gov and at the Access Board's Web site at https://www.access-board.gov/508.htm. The contractor must state that they will comply with the requirements of Section 508 or cite a justifiable reason for an exception. QUESTION & ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before January 3, 2017 at 11:00 AM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical response and 2) a separate price quotation. The technical response should address each individual evaluation criteria identified in this solicitation and may be up to thirty (30) single-sided pages. This limit does not include key personnel resumes. Price quotations submitted must provide a per sample genotyping support services price. This unit price must include all associated labor, materials, and shipping/transportation costs. Price quotations must be submitted in the format in the attached PDF version of this solicitation. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 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: 1.Factor 1: Technical Approach The Contractor's proposal shall address each area of the statement of work requirements in sufficient detail to demonstrate a clear understanding of the statement of work and compliance with requirements. Technical approach shall particularly be evaluated for plans to ensure accuracy of testing results and to assist with genotyping assay development. Technical approach shall also be evaluated for plans to handle data assimilation, shorten sample result turn-around time, manage tissue sampling supply logistics, and to ensure effective and efficient sample transportation of samples from the Government site to the offeror. 2.Factor 2: Online Results Database The contractor's proposal must outline the proposed online results database and associated information technology aspects. The proposal shall also detail the processes by which sample testing requests shall be submitted electronically by the Government to the contractor and data results obtained and viewed by the Government upon uploading by the Contractor. This shall include details about how genotyping results shall be presented in the system. The contractor shall also discuss a plan to securely transfer genotyping service results from the contractor database into the NIA Progeny database. 3.Factor 3: Key Personnel Qualifications Offerors proposals shall be evaluated for level of conformance to the key personnel qualifications identified in this statement of work. Offeror proposals must contain a resume/CV for proposed key personnel. 4.Factor 4: Past Performance The Contractor shall provide at least two (2) past performance references with knowledge of the contractor's relevant skills and experience related to the requirements outlined in this Statement of Work. References shall include the following information: a.Name of Organization b.Description of Contractor's Responsibilities c.Contract Period of Performance d.Contact Name and Title e.Telephone Number f.E-mail address Past performance shall be evaluated for relevance to this requirement focusing on the requirements stated in the SOW, customer service attention and satisfaction of references. Past performance references shall be called. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (October 2015), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (July 2016), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) applies to this acquisition. 5.FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (September 2016) applies to this acquisition and the following terms within the clauses are applicable: a.FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). b.FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). c.FAR Clause 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). d.FAR Clause 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (Jan 2014) (Pub. L. 111-117, section 743 of Div. C). e.FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note). f.FAR Clause 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (Jul 2013) (41 U.S.C. 2313). g.FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). h.FAR Clause 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)). i.FAR Clause 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637(d)(4)). j.FAR Clause 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C. 637(d)(4)(F)(i)). k.FAR Clause 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). l.FAR Clause 52.222-3, Convict Labor (June 2003) (E.O. 11755). m.FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). n.FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015). o.FAR Clause 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246) p.FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212). q.FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). r.FAR Clause 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). s.FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). t.FAR Clause 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). u.FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). v.FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). w.FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). x.FAR Clause 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). y.FAR Clause 52.222-17, Nondisplacement of Qualified Workers (May 2014)(E.O. 13495). z.FAR Clause 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67). aa.FAR Clause 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). 6.FAR Clause 52.216-18: Ordering (Oct 1995) applies to this acquisition as follows: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 7.FAR Clause 52.216-19: Order Limitations (Oct 1995) applies to this acquisition as follows: (a) Minimum order. Following the initial minimum order, when the government requires supplies or services covered by this contract in a quantity of less than 500 items, the government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor in a single shipment - (1) Any order for a single item in excess of 25,200 samples; or (2) A series of orders from the same ordering office within seven (7) days that together call for quantities exceeding the limitation in paragraph (b)(1) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the government may acquire the supplies or services from another source. 8.FAR Clause 52.216-21, Requirements (October 1995) is applicable to this acquisition. (a) This is a definite-quantity, indefinite-delivery contract for the supplies or services specified, and effective for the period stated, in the Schedule. (b) The government shall order the quantity of supplies or services specified in the Schedule, and the Contractor shall furnish them when ordered. Delivery or performance shall be at locations designated in orders issued in accordance with the Ordering clause and the Schedule. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that time shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2022. 9.FAR Clause 52.217-5 - Evaluation of Options (July 1990) applies to this acquisition 10.FAR Clause 52.217-9 - Option to Extend the Term of the Contract (March 2000) applies to this acquisition. 11.FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 12.Please see the attached Addendum 1: Applicable Information Security Information for additional contract requirements and terms and conditions related to information security. 13.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. CONTRACTOR PERFORMANCE EVALUATION Final Evaluation of Contractor performance will be prepared for the resulting contract in accordance with FAR Subpart 42.15. The final performance evaluation will be prepared at the time of completion of work. Final evaluation will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluation, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov CLOSING INFORMATION Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-075. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Post and Fax responses will not be accepted. Please contract Ms. Lauren Phelps, Contract Specialist at lauren.phelps@nih.gov or 301-480-2453 for information regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-17-075/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04358011-W 20161223/161221235233-2163c6c4b6b3335b3393a60481fd09b1 (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.