Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 24, 2017 FBO #5600
MODIFICATION

68 -- Dry Ice Pellets Delivery - Revised Purchase Description and Invoice Instructions

Notice Date
3/22/2017
 
Notice Type
Modification/Amendment
 
NAICS
325120 — Industrial Gas Manufacturing
 
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-2017-260
 
Archive Date
4/13/2017
 
Point of Contact
Leon Wong, Phone: 3014807503, Shun Yiu Wong, Phone: 3308604726
 
E-Mail Address
leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov
(leon.wong@nih.gov, Nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Invoice Instructions Revised Purchase Description (Version 2) -- changed Period of Performance This soliciation has been amended as of March 22, 2017. Please refer to the attachments for the March 21, 2017 amended solicitation. (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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-260 and the solicitation is issued as a Request for Quotation (RFQ) on a restricted basis, as a total set aside for small business vendors. A fixed price contract type is contemplated for this requirement. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold. A fixed-price type of contract is contemplated for this requirement. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88-1 / 06-15-2016. (iv) The North American Industry Classification System (NAICS) code for this procurement is 325120-Industrial Gas Manufacturing with associated small business size standard of 1,000 employees. (v) Background: Dry ice is a critical component for the National Institute on Drug Abuse Intramural Research Program (NIDA-IRP). Dry ice pellets are used to maintain the integrity of medical tissue samples, which are utilized to support the research goals of NIDA-IRP. This acquisition would allow NIDA-IRP to conduct experiments using properly maintained tissue samples that could further NIDA-IRP's mission in identifying the potential causes and treatments for drug abuse. Purpose and Objective: The purpose of this acquisition is to provide NIDA-IRP with dry ice pellets to be delivered on a weekly basis. Project Requirements: This requirement is for 2,275 pounds of dry ice pellets to be delivered on a weekly basis in accordance with the following salient characteristics: Standard dry ice pellets, approximately 0.5 inches in size Dry ice pellets must be suitable for shipping medical and tissue samples Dry ice pellets must be kept in well-insulated containers and/or dry ice bins with temperature of minus 109 degrees Please see the attached purchase description for further details. Period of performance: Period of Performance: May 1, 2017 through April 30, 2018 Delivery Schedule: Every Monday by 9:00 a.m. or the following weekday if a federal holiday falls on a Monday Deliverables and Reporting requirements All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. All items shall be packaged in well-insulated containers and/or dry ice bins with temperature of minus 109 degrees. The dry ice pellets shall be delivered to the following locations on a weekly basis every Monday (or the following weekday in the event of a federal holiday) morning by 9:00 a.m.: Delivery Location One: Triad Building 333 Cassel Drive Baltimore, Maryland 21224 •Instructions: Dry ice pellets shall be delivered to the three dry ice bins located on the loading dock of the Triad Building. •Amount: 900 pounds per week Delivery Location Two: Biomedical Research Center 251 Bayview Boulevard Baltimore, Maryland 21224 •Instructions: Dry ice pellets shall be delivered to the vivarium (basement level), Second Floor overflow bin located in the safety supply room, and lab bins located next to the service elevators on the Fifth, Sixth, Seventh, and Eighth Floors •Amount: 1,375 pounds per week Section 508 - Electronic and Information Technology Standards: Section 508 Electronic and Information Technology Standards will be applicable for software upgrades as necessary. All electronic files submitted shall be compliant with Section 508 of the Rehabilitation Act of 1973. Additional information about testing documents for Section 508 compliance, including guidance and specific checklists, by application, can be found at: http://www.hhs.gov/web/508/index.html under "Making Files Accessible." Pursuant to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d), as amended by the Workforce Investment Act of 1998, all electronic and information technology (EIT) products and services developed, acquired, maintained, or used under this contract/order must comply with the "Electronic and Information Technology Accessibility Provisions" set forth by the Architectural and Transportation Barriers Compliance Board (also referred to as the "Access Board") in 36 CFR part 1194. Information about Section 508 provisions is available at http://www.section508.gov/. The complete text of Section 508 Final provisions can be accessed at http://www.access-board.gov/guidelines-and-standards. Publications and Publicity: Contractor shall not, nor is required to, publish any articles of data as a result of fulfilling this requirement. Confidentiality of Information: Government will not be providing Contractor with confidential information of a personal nature about individuals. Contracting Officer's Representative: The Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract and will be specified at time of award. 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 Government may unilaterally change the COR designation at any time throughout the performance period of this contract. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (viii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: (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, i.e. this RFQ will be evaluated on the basis of Lowest-Price Technically-Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. Award will be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following: 1. The Offeror must indicate in its quotation the ability to provide all of the requirements. 2. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Respondents that believe that they are manufacturers or authorized resellers of the product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. (b) A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 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. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's technical approach shall indicate compliance with the Scope of Work, and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. The price proposal must include the monthly maintenance rate for the manufacturer-certified technicians to provide required service coverage, with an estimate of the number of hours required, breakdown and rationale for any other direct costs or materials, and the total amount. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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." All responses must be received no later than the date and time specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2017-260. Responses must be submitted electronically to leon.wong@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Leon Wong by email at leon.wong@nih.gov or by phone at 301-480-7503.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-260/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04444666-W 20170324/170322235516-31151ad45b4ca05224f5a259fde1e447 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.