Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
SOLICITATION NOTICE

70 -- Global Cents - GCI Power Tools for Deployments Maintenance & GCI Power Tools for Workflow Maintenance Renewal - Package #1

Notice Date
11/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-D-1821567
 
Archive Date
12/21/2016
 
Point of Contact
Laura L Grey, Phone: 406-375-9812, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
laura.grey@nih.gov, jkeiser@niaid.nih.gov
(laura.grey@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-5 Terms Statment of Work This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-D-1821567 This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89 and includes 90 and 91 Nov 1, 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 511210 with a small business size standard of $38,500,000.00, and this request is a small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase GCI Power Tools for Deployments Maintenance & GCI Power Tools for Workflow Maintenance Renewal. Please see the attached statement of work for all specifications. Please Note that all interested quoters: (1) must be a certified consulting and service partner of Global Cents by the end of the solicitation date, and must provide a copy of the certification. (2) The Period of Performance is January 1st, 2017 - December 31st, 2017. FOB Point shall be Destination; (Rockville, MD) Place of Performance: Rockville, MD USA Award will be based being a certified consulting and service partner of Global Cents, and providing either a copy of the certification or other documentation of certification. As well as, past performance, delivery date, price and the best value to the government. Quoters must include: the solicitation number, duns number, all service specifications, and the performance period of 01/01/2017 - 12/31/2017. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2016) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2016) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.204-16 Commercial and Government Entity Code Reporting (July 2016) FAR 52.204-7 System for Award Management (OCT 2016) FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2016) FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) 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 (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for GCI Power Tools for Deployments Maintenance & GCI Power Tools for Workflow Maintenance Renewal. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "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:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than December 6th, 2016 by 5:00 pm MSDT. Offers may be mailed, e-mailed to Laura Grey, laura.grey@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Laura Grey, laura.grey@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-D-1821567/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04333924-W 20161124/161122234129-df6af906035d2a7eccae617e25e63eb9 (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.