SOLICITATION NOTICE
N -- Installation of Fiber - SOW - clauses
- Notice Date
- 9/5/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 238210
— Electrical Contractors and Other Wiring Installation Contractors
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
- ZIP Code
- 20892-7510
- Solicitation Number
- NICHD-RFQ-17-0905-PEN
- Archive Date
- 10/4/2017
- Point of Contact
- Pamela Nevels,
- E-Mail Address
-
pamela.nevels@nih.gov
(pamela.nevels@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This notice is a combined Synopsis/Solicitation Request for Quote for commercial items prepared in accordance with the format of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued for the solicitation number NICHD-RFQ-17-0905-PEN The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95, effective January 19, 2017. This acquisition is a commercial service and will be processed under Simplified Acquisition Procedures (SAP). The associated North American Industry Classification System (NAICS) Code is 238210 - Fiber Installation with a size standard of $15,000.000.00. The acquisition has been prepared by the National Institute of Child Health and Development (NICHD), in support of the work of the National Institute of Diabetes, Digestive, and Kidney Disease (NIDDK). NIDDK has a requirement for installation of Fiber at the National Institute of Health, National Institute of Diabetes and Digestive Kidney, Phoenix Institute of Health in Phoenix, Arizona in accordance with the attached statement of work (SOW). In accordance to FAR 52.212-2 Evaluation - Commercial Items the Government will award a firm-fixed price contract for these services resulting from this solicitation to the responsible offeror whose offering conforming to the solicitation will be most advantageous to the Government, price and other non-price factors considered. The following factors shall be used to evaluate the offers: Technical: (1) Corporate Experience, the offeror must show Corporate Experience installing the same or similar Fiber within the past 5 years at a Federal, State, Local Government or Commercial activity. This can be demonstrated by providing information on current or past projects in the past five (5) years. (2) Provide a draft installation or Work Plan and Schedule for completion of the work. This should include equipment, materials, subcontracts and number of personnel proposed to complete the work on schedule. (3) Past Performance providing similar installation services and (4) Price. Technical factors will be will be evaluated using Adjectival ratings, Exceptional (Greatly exceeds all minimum requirements; has a high probability of success; contains no weaknesses or deficiencies), Good, (Exceeds all the minimum requirements; has an above average probability of success; contains no significant weaknesses and only minor, correctable weaknesses exist) Acceptable (Meets all the minimum requirements; has an average probability of success; no significant weaknesses and any deficiencies can be readily corrected.) and Un-acceptable (fails to meet any of the minimum requirements: proposal needs major revisions; very low and probability of success). Past Performance information to include the contract number, dollar value, period of performance, name, address and contact information for technical representatives. The past performance will be rated as follows: Very Relevant, Relevant, Somewhat Relevant, Not Relevant, Substantial Confidence, Satisfactory Confidence, and Limited Confidence. If the offeror has no relevant past performance references, it will be evaluated as Neutral. Price, the Government will evaluate the reasonableness of prices proposed for this requirement. Technical and Past Performance are considered equal and combined are more important than Price. A site visit is scheduled for Tuesday, September 12, 2017 at 10:00 AM. Mountain Standard Time beginning at the TGEN site in downtown Phoenix, Arizona. Point of contact, address and report time is in the attached statement of work.By submission of an offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). By submission of an Offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representative and Certifications Commercial items and services in the SAM database. Offerors are to submit their quotes by 2:00 PM Eastern Standard Time (EST) Monday, September 19, 2017 at 3:00 PM Eastern Standard time by email to pamela.nevels@nih.gov. Reference NICHD-RFQ-17-0905-PEN. See the attached Statement of Work and Commercial Clauses and Provisions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD-RFQ-17-0905-PEN/listing.html)
- Place of Performance
- Address: The National Institute of Health Building 1, 1550 E. Indian School Road, T-GEN Second Floor, 445 N 5th Street, The Phoenix Indian Medical Center PIMC- 5th Floor, 4212 N. 16th street, Phoenix, Arizona, 85016, United States
- Zip Code: 85016
- Zip Code: 85016
- Record
- SN04660688-W 20170907/170905231210-156ad1930671fb408202bc04ed860e08 (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 |