SOLICITATION NOTICE
99 -- Purchase of Two Custom Research Hot-Cells
- Notice Date
- 5/16/2020 7:22:29 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH-20-002962
- Response Due
- 5/25/2020 11:00:00 AM
- Archive Date
- 06/09/2020
- Point of Contact
- Michelle Cecilia, Phone: 3018277199, Valerie Whipple, Phone: 3018275218
- E-Mail Address
-
michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov
(michellececilia.cecilia@nih.gov, Valerie.whipple@nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. NIMH-20-002962 includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-05 (effective March 30, 2020) simplified procedures for commercial items. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501. This requirement is assigned North American Industry Classification System (NAICS) code 621511 with a size standard of $35.0 million dollars.� Only one award will be made because of this solicitation. This will be awarded as a firm fixed price type contract. BACKGROUND All PET radioligands developed by PRSS within MIB are first evaluated in animals before being studied in humans. The new radioligands benefit all who use them, including intramural collaborators as well as numerous extramural and international PET centers. In addition, we use monkey PET imaging to help extramural sites develop new radioligands. As an example, we are currently helping an extramural investigator at Harvard University develop a PET radioligand for orexin receptors. The collaborator performs the medicinal chemistry and we perform radiochemistry and PET imaging to evaluate the candidates. As another example, we have recently started to collaborate with Yale University, which has recently become a NIMH-funded Center for PET radioligand development. We are helping them develop new and improved radioligands for the NMDA receptor. In order to expand our capacity for PET radiochemistry development and for the synthesis of new candidate PET radioligands, we propose to purchase an extra pair of hot-cells of very similar custom design to those that have served us exceedingly well over the last 18 years. �Our plan is to reconfigure the present laboratory suite on the B3 level of Building 10 adjacent to the cyclotron facility to house the two new hot-cells. This construction project has recently been set in motion. The salient characteristics that apply to this acquisition are as follows:� The main purpose of these hot-cells will be to provide radiation protection to chemists who will be controlling automated radiosynthesis apparatus conducted within the hot-cells. �The following requirements are to support experimental radiochemistry within the hot-cells.� 1) Allow rear and front entry with motorized vertically moving 75-mm thick lead doors, one at front and one at rear of each hot -cell 2) Front door to be fitted with lead glass window (350 x 300 mm; W x H) 3) Side door opening in one hot-cell (206 x 246 mm; W x H), and one lead glass window 4) 2 ports in each front door 5) Allow measurement of radioactivity with a 75 mm lead-shielded commercial ionization chamber with entry into the floor of the hot-cell 6) Allow shelving etc. to be installed on bread-boards mounted at internal back and sides of each hot-cell 7) Include within each hot-cell an internal ceiling-mounted filter for exhaust gas, for safe removal of volatile radioactive material 8) Include penetrations to be specified for entry/transfer of radioactive material, electrical, and power cables 9) Be designed for entry of five laboratory gases, with external switch control on the face of the hot-cell 10) Be equipped to support external shelves above the doors of each hot-cell 11) Have open space under each hot-cell for housing equipment associated with the radiochemistry to be conducted within the hot-cell 12) Be equipped with power outlets on the roof of the hot-cell, within the hot-cell and under the hot cell for powering radiosynthesis equipment 13) each hot-cell to have internal LED lighting 14) The external dimensions of each hot-cell are not to exceed 1552 x 1214 x 2650 mm (W x D x H), and internal dimensions 1200 x 820 x 744 (W x D x H) 15) Be designed for safe (lead-shielded) entry of cyclotron-produced radioactive (i.e., carbon-11 labeled) gases 16) Wall mounted electrical cabinet with angled topper (to prevent dust collection) with external dimensions to not exceed 800 x 400 x 1800 (W x D x H) . Electrical Cabinet needs to be shipped to NIH prior to hot cell delivery/installation so it can be incorporated in the construction. The vendor is expected to construct the hot-cells in preparation for inspection at the factory within six months of award. Once the hot cells are assembled, the Principal Investigator or his assigned representative will travel to the contractor�s work site for the Factory Acceptance Testing in order to inspect the hot cells and give his approval prior to shipping to the NIH. In the event that the Principal Investigator or his assigned representative are precluded from safe travel to the factory (e.g. COVID-19 pandemic), arrangements for virtual acceptance testing should be considered and arranged. Subsequent to satisfactory acceptance, the disassembled hot-cells should be shipped to NIH within one month. Additionally, the vendor must arrange for shipment of the required electrical supply box with a NIMH representative once the approval of the hot-cells has occurred at the factory so that it can be installed in the laboratory that will house the hot-cells prior to the arrival of the hot-cells. The vendor will be responsible for in-house storage of the hot-cells up to four months prior to shipping to NIH if the renovated space in NIMH is not ready for installation. For the Hot-cells install: 1)�� �The installation contractor will have a Certified Industrial Hygienist (CIH) on staff and draft the Accident Prevention Plan (APP) compliant to the Army Corps of Engineers EM385-1-1, Indoor Air Quality (IAQ) Plan, and material handling practices to verify implementation and compliance to NIH, OSHA, and EPA requirements throughout the project to prevent government property from becoming contaminated and exposure to NIH occupants. 2)�� �The installation contractor will be responsible for having the final electrical connections performed by a qualified electrical contractor, and the final piping connections performed by a qualified mechanical contractor.� 3)�� �The installation contractor will coordinate activities with the NIH 3rd Party Oversight Contractor for verification of compliance to plans, NIH requirements, and Federal/State/Local regulations and standards. Funds for NIH 3rd Party Oversight, through DOHS, will be provided by the IC. 4)�� �Contamination of government property will require prompt remediation in accordance with the NIH �Lead COC Chart� attached and coordinated through NIH DOHS and NIH DEP. 5)�� �The contractor will be strictly responsible for complying with the 29 CFR 1910.1025 and 29 CFR 1926.62. 6)�� �The installation contractor will complete and submit the signed AFFIRMATION OF DELIVERABLES form and its deliverables, to the project officer and DOHS, a minimum of two weeks prior to commencing onsite activities for review and comments. a)�� �Obtain copies of OSHA 10-hour cards for all employees working onsite. b)�� �Verify that the contractors and subcontractors complete the www.constructsecure.com registration and has a score >80 prior to commencing work. c)�� �Ensure that the installation contractor Site Accident Prevention Plan (APP) is compliant with OSHA and the Army Corps of Engineers. �Activity Hazard Analysis (AHA) must be included with a diagram of the activity area(s) (i.e. staging, transport, install, etc.). d)�� �Obtain CV/resume for contractor Site Safety and Health Officer (SSHO), defined by the Army Corps of Engineers EM385-1-1 definition 01.A.17, and 01.A.19. Note: The SSHO is to be onsite at all times that work is occurring. 7)�� �Please include the cost of storing the hot-cells in the United States if the time frame to install the hot-cells were to exceed four months. Site Requirements:� 1)�� �The hot cell contractor is responsible for all unloading of delivery trucks and transport of material and equipment to an on-campus container storage and/or job site staging area via the P3 parking garage entrance. The delivery truck may only enter the NIH campus via Rockville Pike Inspection Entrance in coordination with the NIH Police Dept.� 2) � Parking of contractor vehicles is regulated by the NIH Contractor Parking Guidelines. 3) � The hot cell contractor is responsible for security of any and all tools, equipment and materials on and off the job-site.� 4) �The hot cell contractor is advised that material and equipment transported through the P-3 Parking �Garage will be subject to vehicle traffic. Especially during morning and afternoon rush hours. 5) � NIH will provide a material storage / lay-down area inside the parking garage near the job-site. 6) � Transport of materials in and out of the job-site will be through existing doors and thoroughfares. Hot cell contractor is responsible for any and all damage to existing conditions during project. 8)�� �Hot cell contractor responsible to transport packing and normal construction waste to NIH-provided dumpsters. NIH will coordinate removal or hazardous material waste with NIH DOHS. 9)�� �Hot cell contractor responsible for daily and final clean-up of any and all areas of work � including but not limited to jobsite, store and lay-down areas. � Quantity: One adjoined pair of two hot-cells and an electrical cabinet. PAYMENT Payment shall be made upon the delivery and acceptance of all required items in accord with the Prompt Payment Act. DELIVERY / INSTALLATION The Contractor shall begin construction on the hot-cells immediately upon award. Delivery is anticipated in Fall 2020 but will depend on acceptance of assembled hot-cells and readiness of the reconstructed laboratory area in PRSS for reassembly of delivered hot-cells (in disassembled format). Delivery shall be to: 10 Center Drive Building 10, B3C Bethesda, MD 20892 Offeror is to propose FOB terms. Shipping and installation costs must be included in the quote.� CONTRACT CLAUSES/PROVISIONS The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Clause No. Title FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (OCT 2018) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2019). The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.204-10 Reporting Executive Compensation and First Tier Subcontract� Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with� Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.209-9 Updates of Publicly Available Information Regarding� Responsibility FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union� Dues or Fees FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while� Driving FAR Clause 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award� Management FAR Clause 52.204-25_Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR Clause 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Please complete and resubmit with offer) FAR Clause 52.246-2 Inspection of Supplies-Fixed Price FAR 52.216-4 Economic Price Adjustment-Labor and Material EVALUATION Offers will be evaluated for technical criteria, price, and past performance using a comparative approach. A contract will be awarded to the offer that is determined to be most advantageous to the Government. Responses to this solicitation must address the Technical Evaluation Criteria set forth in Attachment 2. RESPONSES AND PRICE PROPOSAL 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large). Contracting Office Address:� 301 North Stonestreet Avenue Bethesda, MD 20892 United States� Primary Point of Contact.:� Michelle Cecilia michellececilia.cecilia@nih.gov Phone: 301-827-7199 Secondary Point of Contact:� Valerie Whipple, Contracting Officer valerie.whipple@nih.gov Phone: �301-827-5218 SUBMISSION INFORMATION All quotes must include 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.�� Please submit an executed copy of Attachment 6.� All responses must be received by 2:00 P.M., Eastern Standard Time, on May 25, 2020, and reference number NIMH-20-002962. Responses must be submitted electronically via electronic mail at michellececilia.cecilia@nih.gov and valerie.whipple@nih.gov . AMENDMENT 1: Question and Answer Period Questions will be accepted until May 19, 2020 at 12:00 �p.m. EST. Fax responses will not be accepted.�
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0dd8832d6c254d2aaae11eec1c60b5ba/view)
- Place of Performance
- Address: Bethesda, MD 20814, USA
- Zip Code: 20814
- Country: USA
- Zip Code: 20814
- Record
- SN05659899-F 20200518/200516230141 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |