Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2016 FBO #5362
SOLICITATION NOTICE

87 -- Animal Feed and Bedding Supplies for the NINDS - Full Copy of the Solicitation

Notice Date
7/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
311119 — Other Animal Food 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-16-428
 
Archive Date
9/8/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This document is a complete copy of the solicitation. Please reference this document when responding to the solicitation. Animal Feed and Bedding Supplies for the NINDS Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-428 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-428 and the solicitation is issued as a request for proposal (RFP). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 311119 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is unrestricted. Businesses of any size classification may respond. ACQUISITION AUTHORITY 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 expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 dated July 14, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Please see the attached full copy of the solicitation document for project requirements and other important information. PLACE OF PERFORMANCE The place of performance shall be the NIH Main Campus, a government owned facility, at 9000 Rockville Pike, 35 Convent Drive, Bldg. 35, Bethesda, MD 20892. PERIOD OF PERFORMANCE The required period of performance shall be a base period of one (1) year plus four (4) one-year option periods. The base period of performance shall be November 1, 2016 through October 31, 2017. CONTRACT TYPE An Indefinite Delivery Indefinite Quantity (IDIQ)/Requirements-type contract with economic price adjustment for fuel is anticipated. The government reserves the right to make one, more than one, or zero awards in reference to this solicitation. NIH will consider making multiple IDIQ/Requirements-type awards among vendors able to provide at least four (4) of the required items if doing so provides the best value for the government. Should multiple awards be made, they will be made on the basis of best value in consideration of both technical factors and price. Multiple awards, if made in reference to this solicitation, shall be made in accordance with available budget up to a maximum of two (2) awards. INVOICING PROCEDURES Invoicing procedures shall be identified at time of award. NET30 invoicing with payment via Electronic Funds Transfer (EFT) is anticipated. QUESTION AND ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before August 3, 2016 at 6:00 PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. EVALUATION CRITERIA The government will award an IDIQ contract(s) with economic price adjustment from this requirement on the basis of best value, technical factors and price considered. Technical factors shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: a)Mandatory Criterion - Confirmation of Capability to Provide Brand-Name-Only Supplies (PASS/FAIL): The Contractor shall be evaluated for their understanding and documentation of capability to provide the specific brand-name-only supplies detailed in this project's requirements. Contractors that do not confirm capability to provide brand-name-only supplies shall not be further evaluated or considered. b)Delivery Approach (35 Points): The Contractor shall be evaluated for their approach to delivery. The government will evaluate the Contractor's Delivery Plan and Disaster Recovery Plan for ability to provide timely delivery of feed and bedding, including during periods of natural disaster or inclement weather, as evidenced by availability and type of delivery vehicles, delivery management and organization, level of inventory, location of production facilities and warehouses, and procedures for delivery of replacement goods and for delivery during emergencies. c)Sanitation and Pest Control Approach (20 Points): The Contractor shall be evaluated for their approach to sanitation and pest control. The Government will evaluate the Contractor's Sanitation and Pest Control plan for proposed control methods in both the delivery trucks and warehouse/storage spaces. The Sanitation and Pest Control Plan shall be evaluated for capability to prevent ingress of rodents, insects, and other pests, water damage, mold, and inventory management to ensure expired products are not delivered. Trapping of pests shall be viewed more favorably than chemical pesticide applications. The Plan shall also be evaluated in reference to the Performance Evaluation Standards included in this Statement of Work. d)Contract Management and Communications Approach (20 Points): The Contractor shall be evaluated for their approach to contract management and communications. The government will evaluate for accessibility of Contractor staff for telephone and email support as well as for hours of availability. The Contractor shall be evaluated for ability to communicate during potential emergency requirements and ability to track fuel usage information. e)Past Performance (25 Points): The Contractor shall provide a list of three (3) contracts or purchase orders completed during the past 5 years, similar in size and scope to the requirements outlined in the SOW. Past performance provided shall be specific to support of animal research facilities within the United States and must include verifiable references. Past Performance shall include the following information: Name of Contracting Organization Contract Number, Type and Value, if applicable Description of Contractor's responsibilities as they relate to this SOW Period of Performance Contact Name and Title Telephone E-mail Address Past Performance shall be evaluated for relevance to the current requirement, including relevance to an indefinite-delivery indefinite-quantity requirement with economic price adjustment. EVALUATION METHOD Technical evaluation shall be performed using adjectival rating as follows: Excellent (90 to 100 Points) Very Good (80-89 Points) Good (70 to 79 Points) Fair (60 to 69 Points) Poor (0 to 59 Points) The government reserves the right to make one, more than one, or zero awards in reference to this solicitation. NIH will consider making multiple IDIQ/Requirements-type awards among vendors able to provide at least four (4) of the required items if doing so provides the best value for the government. Should multiple awards be made, they will be made on the basis of best value in consideration of both technical factors and price. Multiple awards, if made in reference to this solicitation, shall be made in accordance with available budget up to a maximum of two awards. Award(s) shall be made to the contractor(s) offering the greatest value in consideration of both technical factors and price. Award shall not be considered for proposals evaluated to be "Poor." RESPONSE FORMAT Responses to this requirement must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. Each evaluation criterion must be addressed in a technical proposal. The price quote must include item descriptions and specifications per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." APPLICABLE CLAUSES AND PROVISIONS The FAR clauses and provisions below shall apply to this solicitation. Please note that any clauses requiring fill-ins shall be completed at time of award. 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (June 2016) apply to this acquisition. 5.FAR 52.216-2 Economic Price Adjustment - Standard Supplies (January 1997) is applicable to this acquisition and fill-ins shall be completed at time of award. (a) The Contractor warrants that the unit price stated in the Schedule for _________ [offeror insert Schedule line item number] is not in excess of the Contractor's applicable established price in effect on the contract date for like quantities of the same item. The term "unit price" excludes any part of the price directly resulting from requirements for preservation, packaging, or packing beyond standard commercial practice. The term "established price" means a price that- (1) Is an established catalog or market price for a commercial item sold in substantial quantities to the general public; and (2) Is the net price after applying any standard trade discounts offered by the Contractor. (b) The Contractor shall promptly notify the Contracting Officer of the amount and effective date of each decrease in any applicable established price. Each corresponding contract unit price shall be decreased by the same percentage that the established price is decreased. The decrease shall apply to those items delivered on and after the effective date of the decrease in the Contractor's established price, and this contract shall be modified accordingly. (c) If the Contractor's applicable established price is increased after the contract date, the corresponding contract unit price shall be increased, upon the Contractor's written request to the Contracting Officer, by the same percentage that the established price is increased, and the contract shall be modified accordingly, subject to the following limitations: (1) The aggregate of the increases in any contract unit price under this clause shall not exceed 10 percent of the original contract unit price. (2) The increased contract unit price shall be effective- (i) On the effective date of the increase in the applicable established price if the Contracting Officer receives the Contractor's written request within 10 days thereafter; or (ii) If the written request is received later, on the date the Contracting Officer receives the request. (3) The increased contract unit price shall not apply to quantities scheduled under the contract for delivery before the effective date of the increased contract unit price, unless failure to deliver before that date results from causes beyond the control and without the fault or negligence of the Contractor, within the meaning of the Default clause. (4) No modification increasing a contract unit price shall be executed under this paragraph (c) until the Contracting Officer verifies the increase in the applicable established price. (5) Within 30 days after receipt of the Contractor's written request, the Contracting Officer may cancel, without liability to either party, any undelivered portion of the contract items affected by the requested increase. (d) During the time allowed for the cancellation provided for in paragraph (c)(5) of this clause, and thereafter if there is no cancellation, the Contractor shall continue deliveries according to the contract delivery schedule, and the Government shall pay for such deliveries at the contract unit price, increased to the extent provided by paragraph (c) of this clause. 6.FAR Clause 52.216-18: Ordering (Oct 1995) applies to this acquisition as follows: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued from [To Be Determined]. (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered "issued" when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 7.FAR 52.216-19: Order Limitations (Oct 1995) applies to this acquisition as follows: (a) Minimum order. Following the initial minimum order, when the government requires supplies or services covered by this contract in a quantity of less than 5 items, the government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor in a single shipment - (1) Any order for a single item in excess of 300 bags of feed; or (2) A series of orders from the same ordering office within seven (7) days that together call for quantities exceeding the limitation in paragraph (b)(1) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within two (2) days after issuance, with written notice stating the Contractor's intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the government may acquire the supplies or services from another source. 8.FAR 52.216-21, Requirements (October 1995) is applicable to this acquisition. (a) This is a definite-quantity, indefinite-delivery contract for the supplies or services specified, and effective for the period stated, in the Schedule. (b) The government shall order the quantity of supplies or services specified in the Schedule, and the Contractor shall furnish them when ordered. Delivery or performance shall be at locations designated in orders issued in accordance with the Ordering clause and the Schedule. (c) Except for any limitations on quantities in the Order Limitations clause or in the Schedule, there is no limit on the number of orders that may be issued. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (d) Any order issued during the effective period of this contract and not completed within that time shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor's and government's rights and obligations with respect to that order to the same extent as if the order were completed during the contract's effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after September 30, 2021. 9.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 10.FAR clause 52.217-5 Evaluation of Options (July 1990) applies to this acquisition. 11.FAR clause 52.217-8 Option to Extend Services (November 1999) applies to this acquisition. 12.FAR clause 52.217-9 Option to Extend the Term of the Contract (March 200) applies to this acquisition. 13.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." NOTE Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-428. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-428/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04198922-W 20160729/160727235700-beb282cf41427c60331e417158341aba (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.