Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

66 -- Reload of High Dose Irradiator - Attachments for Reload of High Dose Irradiator - Initial Posting

Notice Date
7/19/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334517 — Irradiation Apparatus Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
NIHAI2012152
 
Archive Date
9/4/2012
 
Point of Contact
Tamara McDermott, Phone: 406-375-7487, Lynda Kieres, Phone: 406-363-9210
 
E-Mail Address
tamara.mcdermott@nih.gov, lkieres@niaid.nih.gov
(tamara.mcdermott@nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Prospective Offerors Non-Disclosure Agreement Statement of Work: Reload of High Dose Irradiator, NIHAI2012152 dated 7/19/2012 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This procurement is being issued as a Request for Proposal (RFP). Submit offers on NIHAI2012152. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-59 effective 15May 2012. This acquisition is a 100 percent Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334517 and the small business size standard is 500. The Rocky Mountain Laboratories intends to award one contract for one (1) line item: CLIN 0001 Turn-key source reload of J.L. Shepherd 484-C irradiator in accordance with Statement of Work (SOW). The SOW and/or other information required for this combined synopsis/solicitation are available for download at this website (Federal Business Opportunities by the solicitation number NIHAI2012152). All potential vendors must have and provide a valid Nuclear Regulatory Commission (NRC) license number and documentation of compliance with item 3.5 on SOW. Contractors must complete a non-disclosure agreement (NDA) before additional specifications will be released to potential vendors. Please email license information and NDA to Lynda Kieres: lkieres@niaid.nih.gov AND Tamara McDermott: tamara.mcdermott@nih.gov or fax to: (406) 363-9288. FOB Point shall be Destination and Acceptance, Hamilton, MT. Inside delivery shall be 240 days after date of contract award. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (February 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: https://www.acquisition.gov/far/. FAR 52.212-1 Instructions to Offerors-Commercial Items (February 2012). Offerors that have not registered in the Central Contractor Registry (CCR) at the time of proposal submission will be ineligible for award. (Visit www.ccr.gov to initiate registration.); FAR 52.212-2 Evaluation-Commercial Items (January 1999). The Government will award an order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers; 1) Technical. Capability of item/service offered to meet the Government requirements as stated in the SOW; 2) Past Performance as stated in the SOW; and 3) price or cost. Non-price factors will be approximately equal in importance to cost or price. FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (April 2012). Each offeror shall include a completed copy of this provision. Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. Small business status will be verified via the ORCA system prior to the evaluation of proposals. Any offeror that does not certify their small business status under the NAICS code used for this solicitation will be considered ineligible for award and their proposal will not be evaluated. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (February 2012); FAR 52.212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2012). The additional clauses cited within this clause are applicable: 52.203-6 + Alt I, 52.204-10, 52.209-10, 52.219-4, 52.219-6 + Alt I, 52.219-8, 52.219-14, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, 52.225-13, 52.232-33, 52.222-53. The following additional FAR and HHSAR clauses apply: FAR 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (May 2011); FAR 52.204-9 Personal Identity Verification of Contractor Personnel (January 2011); FAR 52.223-3 Hazardous Material Identification and Material Safety Data + Alt I (January 1997); FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Representation and Certification (November 2011); FAR 52.233-4 Applicable Law for Breach of Contract Claim (October 2004); FAR 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (April 1984); FAR 52.245-1 + ALT I Government Property (June 2007); FAR 52.245-2 Government Property Installation Operation Services (June 2007) a) This Government Property listed in paragraph (e) of this clause is furnished to the Contractor in an "as-is, where is" condition. The Government makes no warranty regarding the suitability for use of the Government property specified in this contract. The Contractor shall be afforded the opportunity to inspect the Government property as specified in the solicitation. (b) The Government bears no responsibility for repair or replacement of any lost, damaged or destroyed Government property. If any or all of the Government property is lost, damaged or destroyed or becomes no longer usable, the Contractor shall be responsible for replacement of the property at Contractor expense. The Contractor shall have title to all replacement property and shall continue to be responsible for contract performance. (c) Unless the Contracting Officer determines otherwise, the Government abandons all rights and title to unserviceable and scrap property resulting from contract performance. Upon notification to the Contracting Officer, the Contractor shall remove such property from the Government premises and dispose of it at Contractor expense. (d) Except as provided in this clause, Government property furnished under this contract shall be governed by the Government Property clause of this contract. (e) Government property provided under this clause: 1(one) forklift for use on the RML campus. 1(one) pallet jack for use on the RML campus. (End of clause) FAR 52.245-9 Use and Charges. (June 2007); HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010); HHSAR 352.223-70 Safety and Health (January 2006) To view HHSAR provisions and clauses in full text see website http://www.hhs.gov/policies/hhsar/ All offers must be valid for a period of 90 days. The Government intends to evaluate offers and award a contract without discussions with offerors. Therefore, the offeror's initial offer should contain the offeror's best terms from a price and technical standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. Commercial warranty information to include period and coverage shall be stated. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. Offers may be mailed to Tamara McDermott at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840; faxed to the POC indicated above (Fax - 406-363-9288); or e-mailed to (tamara.mcdermott@nih.gov). Offers must be submitted not later than 4:30 PM (MDST), 08/20/2012. The package should be marked with the solicitation number. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIHAI2012152/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59870, United States
Zip Code: 59870
 
Record
SN02808334-W 20120721/120719235746-77efe4e437f2797d6d9fc64237ffa92a (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.