SOLICITATION NOTICE
81 -- Insulated Shippers
- Notice Date
- 8/9/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326140
— Polystyrene Foam Product Manufacturing
- Contracting Office
- Department of Health and Human Services, Program Support Center, Supply Service Center, Building 14, Perry Point, Maryland, 21902
- ZIP Code
- 21902
- Solicitation Number
- 176A
- Archive Date
- 8/30/2016
- Point of Contact
- Timothy R. Bouchelle, Phone: 4106421382
- E-Mail Address
-
timothy.bouchelle@psc.hhs.gov
(timothy.bouchelle@psc.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- (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 requisition number is 176A. The solicitation is issued as a Request for Quote (RFQ). (iii) This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73. (iv) The corresponding NAICS code is 326140 and the small business size standard in number of employees is 500. This is action is deemed Full and Open. (v) List of contract line item number(s), items/description, and quantities - Cold Chain Technologies insulated shippers, inners and outers, aprt#s below. KT-39 1944 ea KT-91 1728 ea KT-3300 420 ea 10020P011 1000 ea 10020P090 1000 ea 10020P010 1000 ea U90-3-SU 24 ea U386-3-SU 6 ea (vi) Description of Requirements - Reference above (v) (vii) These items are for the DHHS, SSC, Perry Point, MD. Delivery is requested to be 14 days after receipt of order. Evaluation will be based on lowest price technically acceptable. (viii) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract resulting from this synopsis/solicitation to the responsible Quoter whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (x) Quoters are to acknowledge its listing in the System of Award Management (SAM). (xi) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) The clauses at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contracting Officer has indicated the following clauses listed in paragraph (b) as applicable and are hereby incorporated by reference: ____ (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). _____ (25) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). _X_ (28) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (29) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). _X_ (30) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (31) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (33) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). _X_ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). _X_ (44) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _X_ (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiii) The clauses at FAR 52.217-5, Evaluation of Options, FAR 52.217-8, Option to Extend Services; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation); HHSAR 352.203-70, Anti-Lobbying; HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations, apply to this acquisition. (xiv) Sole Source Justification: The Department of Health and Human Services (DHHS), Program Support Center (PSC), Acquisition Management Services (AMS) located at the Supply Service Center (SSC), Perry Point Maryland wishes to award a purchase order for Cold Chain Technologies shipping containers to support the SSC's 2016-2017 Influenza Virus vaccine shipments. The Quality Assurance Department located at the SSC has tested numerous insulated shippers, found Cold Chain Technologies adequate, and have developed validated packing protocols for these cartons. Validated packing protocols in approved containers ensure the 'Flu vaccine reaches its destination refrigerated and in a viable state. Without validation of other suitable products, Cold Chain Technologies represents the source for insulated shippers for 'Flu vaccine. (xv) DPAS - N/A (xvi) Quotes are due Monday, August 15, 2016 by 11:00 am, EST, electronically to the Contract Specialist at Timothy.bouchelle@psc.hhs.gov (xvii) Contact the contracting officer at Mr. Timothy Bouchelle at timothy.bouchelle@psc.hhs.gov regarding the solicitation. Any inquiries must be emailed to the Contracting Officer, with "Requisition 167A - Inquiries" in the subject line.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/PSC/SSC/176A/listing.html)
- Place of Performance
- Address: SSC, Bldg #5 Receiving Dock, Perry Point, Maryland, 21902, United States
- Zip Code: 21902
- Zip Code: 21902
- Record
- SN04216191-W 20160811/160809235900-d5bb3b5a922346f9ca42df85f3f58086 (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 |