Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
MODIFICATION

66 -- Pooling and Vialing of Human Serum - SRM 3666 - Updated Statement of Work

Notice Date
4/23/2018
 
Notice Type
Modification/Amendment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1341-18-RQ-0244
 
Archive Date
5/12/2018
 
Point of Contact
Latish Walker, Phone: 3019750474, Wendy Paulo, Phone: 3019753976
 
E-Mail Address
latish.walker@nist.gov, Wendy.Paulo@nist.gov
(latish.walker@nist.gov, Wendy.Paulo@nist.gov)
 
Small Business Set-Aside
N/A
 
Description
Updated Pooling and Vialing Statement of Work The purpose of amendment 01 is to: 1. Provide an updated Statement of Work; and 2. Add the following statement to the solicitation for the technical requirement: When discussing tasks in the technical quotation, each task in the Statement of Work (SOW), shall be addressed sequentially, and identified by their SOW paragraph number. Simply restating the SOW requirements will not be accepted as a demonstration of your capability to Pool and Vial the Urine material, and may result in your quotation being rejected and eliminated from further consideration; and 3. Extend the period of performance until Friday April 27, 2018@ 4:00PM. COMBINED SYNOPSIS/SOLICITATION SB1341-18-RQ-0244 Pooling and Vialing of Human Urine for SRM 3666 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13, Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 effective 11/06/2017. The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 1,250 Employees. This acquisition is being procured under a Total Small Business Set Aside. The National Institute of Standards and Technology (NIST) Biomolecular Measurement Division of the Material Measurement Laboratory (MML) provides measurement science and reference materials to promote innovation and confidence in measurements needed to advance bioscience research and precision medicine. To support the accuracy and comparability of routine clinical urine albumin measurements for kidney function, NIST is partnering with the National Kidney Disease Education Program (NKDEP) and the International Federation of Clinical Chemistry (IFCC) Working Group for the Standardization of Albumin Assays in Urine to develop a reference measurement system for urine albumin. To achieve this mission, the division requests that 2,500 vials each of urine levels 1-4 single donor human urine specimens be thawed, blended, filtered, stored, and returned to NIST on dry ice for a final lot size of 10,000 vials. SPECIFIC REQUIREMENTS The contractor shall perform the requirements identified in the attached Statement of Work (SOW). Delivery The vials shall be delivered within 365 days of the award. The items shall be shipped FOB Destination to: The National Institute of Standards and Technology ATTN: Mr. Mark Cronise (Dr. Ashley Beasley Green 100 Bureau Drive Building 203/RM 114 Gaithersburg, MD 20899 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA AND BASIS FOR AWARD Award will be made, if at all, to the responsible offeror whose offer, conforming to the requirements of the solicitation, represents the best value to the Government considering the Government's evaluation of the following factors: (1) Technical Approach, (2) Corporate Experience, (3) Past Performance and (4) Price. 1.Technical Approach: The Government will evaluate the offeror's technical approach to determine the extent of its understanding of the requirements; the ability of the proposed technical approach to successfully meet the requirements set forth in the solicitation. The Government will evaluate the proposed technical approach for ensuring work quality and timely response times, and any risks associated with the offeror's completion of the required fill finish. 2.Corporate Experience: Evaluation of corporate experience will be evaluated to determine the extent to which the offeror's technical background, experience, and qualifications demonstrate successful performance for pooling and vialing acceptable standard reference material involving human urine. 3.Past Performance: The Government will evaluate the offeror's and, if appropriate, its proposed subcontractors' past performance information to determine its relevance to the current requirements and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past three years. In assessing the offeror's past performance, NIST will evaluate the quality, timeliness and ability to control cost and schedule of past work, and the extent to which the offeror has performed work of a similar type, magnitude and complexity. The Government will assign a neutral rating to offerors with no relevant past performance. The government reserves the right to consider data obtained from sources other than those described by the offeror in its proposal. The above evaluation factors are listed in order of most important (Technical Approach) to least important (Price). The non-price evaluation factors when combined are significantly more important than price. The importance of price in the evaluation will increase with the degree of equality among quotations of the non-price factors. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation, and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All contractors shall submit the following: 1.Technical Approach: A detailed technical approach that shows an understanding of the requirements and the ability to meet the requirements; 2.Corporate Experience: The Contractor shall provide detailed information on their organization's work experience in pooling and vialing of human urine for the past three (3) years. The Contractor shall demonstrate how their prior experience relates to the SOW requirements. 3.Past Performance: A list of references - Government or non-Government are acceptable - for whom the same or similar products have been provided within the past three (3) years. The list of references should include, at a minimum: (i)The name of the reference contact person and the company or organization; (ii)The telephone number of the reference contact person; (iii)The contract or grant number; (iv)The amount of the contract; (v)A description of the type of product provided and discussion of its similarity/relevance to the subject requirements; and (vi)The date of delivery or the date services were completed. 4.Price: Proposed prices shall be entirely compatible with the technical quotations. Although price is the least important evaluation factor, it will not be ignored. The degree of importance of the proposed prices will increase with the degree of equality of the quotations in relations to the other factors on which selections is to be based. A price quotation for each of the following contract line items: Line Item 0001: 2,500 - 1.0ml vials of level I Pooled Human Urine meeting all specification in accordance with the SOW. Firm-Fixed Unit-Price. $ /Vial Line Item 0002: 2,500 - 1.0ml vials of level II Pooled Human Urine meeting all specification in accordance with the SOW. Firm-Fixed Unit-Price. $ /Vial Line Item 0003: 2,500 - 1.0ml vials of level III Pooled Human Urine meeting all specification in accordance with the SOW. Firm-Fixed Unit-Price. $ /Vial Line Item 0004: 2,500 - 1.0ml vials of level IIII Pooled Human Urine meeting all specification in accordance with the SOW. Firm-Fixed Unit-Price. $ /Vial 5.A completed version of all required solicitation provisions (see attached/clauses document). 6.If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state, "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:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. 7.Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. 8.If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, Quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 2:00 p.m. Eastern Time on Tuesday March 13, 2018. A quotation shall be considered received when it is received in the electronic inbox of Tish Walker not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 4 p.m. Eastern Time on Friday March 9, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. SOW 2. Applicable Clauses & Provisions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-18-RQ-0244/listing.html)
 
Record
SN04898034-W 20180425/180423230713-2e0f99972c2a257a25e37950ff2b146d (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.