SOLICITATION NOTICE
99 -- upgrade of existing Continuum security keys from v1.94 to v2.02. - Item description and Justifiation
- Notice Date
- 9/18/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Office of Acquisition, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
- ZIP Code
- 20852-3804
- Solicitation Number
- NIH-OLAO-OD3-RFQ-5119584
- Archive Date
- 9/26/2018
- Point of Contact
- Arash Seddique, Phone: 3014510095
- E-Mail Address
-
arash.seddique@nih.gov
(arash.seddique@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Brand Name Justification Item Line List In accordance with the terms of FAR 12.603: (i)This is a Brand Name only 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 solicitation number for this requirement is NIH-OLAO-OD3-RFQ-5119584 and this is a Request for Quote. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. (iv)This acquisition is a small business set-aside. The North American Industry Classification System (NAICS) Code for this acquisition is 561621, and the small business size standards is 1000 employees. (v)The contract line items and quantities can be found in the attached documentation. All quantities, descriptions and part numbers are included, and this is a brand-name only request for quote as indicated. (vi)This is a fixed-price requirement. The offeror should be aware that the Government will be awarded to the quote that is the lowest priced technically acceptable (LPTA). The following clauses apply to this acquisition: (vii)The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition and a statement regarding any addenda to the provision. (viii)The provision at 52.212-2, Evaluation-Commercial Items, is applicable. (ix)Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or submit a printout to their Online Reps and Certs. (x)The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause, as well as any addenda to the clause, are included in the attachment entitled "Provisions for Commercial Items". (xi)The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Applicable clauses can be found in the attachment entitled "Provisions for Commercial Items". (xii)Any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices can be found in the attachment entitled "Provisions for Commercial Items". There is no Defense Priorities and Allocations System (DPAS) rating assigned to this acquisition. (xiii)In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ 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 [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. (xiv)Place of Delivery Address: National Institutes of Health 9000 Rockville Pike Bethesda, MD 20814 (xv)Offers must be submitted no later than 12:00 P.M. Eastern Daylight Time on Tuesday, August 25, 2018. For delivery of responses through the Postal Service, the address is NIH/OD, 6011 Executive Blvd, Suite 541A, Rockville, Maryland 20852. E-mail submissions to arash.seddique@nih.gov by required response time. Fax submissions are not authorized. Requests for further information or questions concerning this requirement must be submitted in writing to arash.seddique@nih.gov no later than 12:00 PM EST on 09/20/2018. (xvi)Point of Contact Arash Seddique, Contract Specialist, Phone 301-451-0095. arash.seddique@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/NIH-OLAO-OD3-RFQ-5119584/listing.html)
- Place of Performance
- Address: National Institutes of Health, 9000 Rockville Pike, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN05094968-W 20180920/180918231347-ebebf3cedc2eceeb82647f826b8aaab1 (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 |