Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2018 FBO #5950
SOLICITATION NOTICE

84 -- Police Uniforms and Equipment - SOW - Item List - Evaluation Criteria - Additional Provisions

Notice Date
3/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
448190 — Other Clothing Stores
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Acquisition, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
NIH-OLAO-OD3-RFP4878514
 
Archive Date
4/5/2018
 
Point of Contact
Anne Mineweaser, Phone: 301-827-7683
 
E-Mail Address
anne.mineweaser@nih.gov
(anne.mineweaser@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Clauses Evaluation Criteria Specifications Statement of Work In accordance with the terms of FAR 12.603: (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 for this requirement is NIH-OLAO-OD3-RFP4878514 and this is a Request for Proposal for Police Uniforms. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97. (iv) This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 448190, and the small-business size standards is $20.5 million. (v) All descriptions and items needed are included in the SOW attached. (vi) This requirement will be an IDIQ. Offeror should be aware that the Government will determine best value through trade-offs. (vii) Services shall be provided for a 12 month Base Year and 4 Option Years. The following clauses apply to this acquisition: (viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (ix) The provision at 52.212-2, Evaluation-Commercial Items, is applicable. The specific evaluation criteria in paragraph (vi) is included within the attachment entitled "EvalCriteria Uniform". (x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. (xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause, as well as any addenda to the clause, are included in the attachment entitled "Additional Provisions - Uniforms RFP4878514". (xii) The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled "Additional Provisions - Uniforms RFP4878514". (xiii) Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled "Additional Provisions - Uniforms RFP4878514". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. (xiv) In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ 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 [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. (xv) Place of Delivery Address: National Institutes of Health, Bethesda, MD Postal Code: 20814 (xvi) Offers must be submitted no later than 4:00 P.M. Eastern Daylight Time on Wednesday, March 21, 2018. For delivery of responses through the Postal Service, the address is Anne Mineweaser, NIH/OD, 6011 Executive Blvd, Suite 541A, Rockville, Maryland 20852. E-mail submissions to anne.mineweaser@nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to anne.mineweaser@nih.gov by 3/14/2018. (xvii) Point of Contact Anne Mineweaser, Contract Specialist, Phone 301-827-7683 Email anne.mineweaser@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD3-RFP4878514/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04846361-W 20180309/180307231803-8518f92db779487be2427ab7a198b423 (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.