Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

J -- Air Visualization Study - Statement of Work

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
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
18-002520
 
Archive Date
9/19/2018
 
Point of Contact
Michael L. Falzone, Phone: 3015943886
 
E-Mail Address
michael.falzone@nih.gov
(michael.falzone@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Solicitation Number: 18-002520 Notice Type: Combined Synopsis/Solicitation Synopsis: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is set aside for small businesses only. (ii) The solicitation number is 18-002520 and the solicitation is issued as a request for quote (RFQ). Offerors shall submit their quotes no later than 11:00 a.m. p.m. Eastern Standard Time(EST) on Tuesday September 4, 2018. (iii) The solicitation document, the incorporated provisions and clauses are those in the Federal Acquisition Circular 2005-99-1, effective July 16, 2018. (iv) The associated North American Industry Classification System (NAICS) code for this procurement is 541380 and the small business size standard is $15,000,000.00. The acquisition is being conducted in accordance with the procedures of FAR Part 12. PURPOSE: The purpose of this requirement is for the vendor to provide Air Visualization Study. This study provides a visual verification of the airflow to ensure that the airflow meets ISO and FDA requirements. Specialty Contracted Services are sought to address quality assurance activities required to meet USP <797> (current and proposed) and USP <800> (proposed) and/or cGMP regulations in the aseptic facilities within the National Institutes of Health (NIH). (v) Background: CONTRACTOR REQUIREMENTS: See Attachment Number 1, Statement of Work (vi) Period of Performance: Base Period: September 15, 2018 through September 14, 2019 Option Period 1: September 15, 2019 through September 14, 2020 Option Period 2: September 15, 2020 through September 14, 2021 Option Period 3: September 15, 2021 through September 14, 2022 Option Period 4: September 15, 2022 through September 14, 2023 (vii) The provision FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is hereby incorporated by reference. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition and is hereby incorporated by reference. Quotes will be evaluated in accordance with FAR 52.212-2. Technical is more important than price. Technical capability will evaluated based on meeting or exceeding the requirement in the Statement of Work. Past performance will be evaluated on 3 references. Price will be evaluated on a fair and reasonable basis. Options will be evaluated in accordance with FAR Clause 52.217-5, Evaluation of Options. (viii) In accordance with FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items, Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. (ix) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (x) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. Offerors shall submit their questions no later than 11:00 a.m., Eastern Standard Time (EST) on Friday August 24, 2018. Offerors shall submit their quotations no later than 11:00 a.m., Eastern Standard Time (EST) on Tuesday September 4, 2018. The quote must reference the Solicitation Number: 18-002520. All responsible offerors may submit a proposal, which if timely received, shall be considered by the agency. Quotes must be emailed to the Contract Specialist, Michael Falzone at Michael.falzone@nih.gov. Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed proposals will NOT be accepted. PROVISIONS AND CLAUSES ADDENDUM TO 52.212-4 FAR 52.217-8, Option To Extend Services FAER 52.217-9, Option to Extend the Term of the Contract Addendum to FAR 52.212-1, Proposal Preparation Instructions FAR 52.212-1 is hereby amended to reflect the changes shown below as to the specific paragraph revised. (1) ELECTRONIC OFFERS. The offeror shall submit electronic offers in response to this solicitation unless otherwise specified herein. The offer must arrive by the time specified in the solicitation to the following email address: Michael.falzone@nih.gov. (2) PROCESS FOR AWARD. Award will be made to the Offeror consistent with the evaluation criteria discussed at FAR 52.212-2 and Addendum to FAR 52.212-2. (3) BASIS FOR AWARD. Award will be made to the offeror that proposes: a technical proposal conforming to the requirements of the solicitation; has an acceptable record of past performance; its price is determined to be fair and reasonable by the contracting officer; and the contracting officer determines the offeror is responsible in accordance with FAR Part 9. • Technical response is to not exceed 15 pages. •Failure to provide proof to distribute/resell the original manufacture's equipment may cause your offer to be rejected and not considered further for award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/18-002520/listing.html)
 
Place of Performance
Address: 10 Center Dr., Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05044096-W 20180819/180817231316-56d083e23218f417d91fb6bcd689ef72 (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.