SOLICITATION NOTICE
61 -- AGM BATTERIES
- Notice Date
- 7/9/2020 10:55:48 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHSNCC20-010662S
- Response Due
- 7/20/2020 5:00:00 AM
- Archive Date
- 08/04/2020
- Point of Contact
- Lynda Cole, Phone: 3015943111, Fax: 3015945920
- E-Mail Address
-
Colelj@cc.nih.gov
(Colelj@cc.nih.gov)
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS General Information Document Type: ������������ Combined Solicitation/Solicitation Solicitation Number:������ HHSNCC20-010662S Posted Date:�������������������� July 9, 2020 Original Response Date: �July 20, 2020 NAICS Code:��������������������� 811310/8M � Nursing Self Scheduling and Productivity System�� �������������� Contracting Office Address Office of Purchasing and Contracts 6707 Democracy Boulevard Suite 106 Bethesda, MD 20892 Description This 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 supplemented with additional information included in this notice. This announcement constitutes the only solicitation; being requested, and a written solicitation document will not be issued. This solicitation is a Request for Quotation. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated 01-15-2020. ����������������������������� Statement of Objective MMESD intends to purchase AGM Batteries, because MMESD has received a mandate from the NIH Clinical Center Safety Committee to replace the existing cell filled batteries with the maintenance free AGM batteries in all material handling equipment (see attached listing of equipment). This replacement is necessary, because of the constant overfilling of the battery cells by operators� which creates an overspill of battery Acid onto the building 10 and clinical center floors on the B2 Level. These overspills pose a hazardous threat to the staff and visitors. If this replacement does not take place, the threat mentioned above will continue; which could lead to complaints lodged against the department leadership.� Statement of Work The NIH Clinical Center utilizes the material handling equipment in the form of Cushman tuggers and transporters. Also, Raymond electric forklift and order picker, and Unicarrier electric pallet jacks.� Contractor Requirements Vendor will be responsible for the removal of existing batteries and debris, through the proper hazardous material disposal IAW state law. Vendor will be responsible for the delivery, installation and training of new AGM batteries and chargers. All training will be coordinated and scheduled with the Project Officer. A complete set of AGM Battery manuals�will be provided by the vendor. After installation, any of the new AGM Batteries that are purchased, the vendor will be provide on-hands training within 24 hours. Vendor will provide 8-10 week lead time for delivery and installation of the batteries. Vendor will be available to support any issues with the AGM batteries while still under warranty and service within 24 hours of request.� And replace any damaged or nonoperational batteries under warranty, as longs as it is not operator fault. Request for service should be handled via phone Monday-Friday 7:30 AM - 2:00 PM.� Service requests after hours, weekend and holidays is not available because the requesting service is closed. If on-site service is required, a vendor representative should arrive the same day or within 24 hours. The vendor will provide the Project Officer copies of all written warranties during the installation.�� The vendor is responsible for all parts that are under warranty and will ship parts within four days. See Battery and Charger Specifications Below: Item Description Quantity Batteries, Absorbent Glass Mat (AGM) and Gel for replacing cell filled batteries, 8 volt and sealed for Transporters 64 Batteries, Absorbent Glass Mat (AGM) 6 volt sealed for Tuggers 78 Battery, Sealed 36 volt for sit down forklift 1 Batteries, Sealed for electric pallet jacks 24 volt 6 Battery, for Order Picker 24 volt 1 Charger, Onboard for Order Picker 36 volt 3 Charger, for Sit Down Electric Forklift 36 Volt 1 Chargers, for Electric Pallet Jacks 24 Volt 5 Removal, Old Cell Filled Batteries Business information: a.�������� DUNS Number b.�������� Company POC, Phone and Email Address c.��������� Company Address (Company Point of Contact, phone number and email address) e.��� ����� Type/Size of company, NAICS code, and Social Economic status, as validated at SAMs. f. �������� Current GSA Schedule g.��������� Tax ID Number The following clauses are incorporated in this solicitation: Reg Date Clause Title 1 FAR 52.202-1 25-NOV-13 Definitions (Over the Simplified Acquisition Threshold) 2 FAR 52.203-3 01-APR-84 Gratuities (Over the Simplified Acquisition Threshold) 3 FAR 52.203-5 29-MAY-14 Covenant Against Contingent Fees (Over the Simplified Acquisition Threshold) 4 FAR 52.203-6 28-SEP-06 Restrictions on Subcontractor Sales to the Government (Over the Simplified Acquisition Threshold) 5 FAR 52.203-7 29-MAY-14 Anti-Kickback Procedures (Over the Simplified Acquisition Threshold) 6 FAR 52.203-8 29-MAY-14 Cancellation, Rescission, and Recovery of Funds for Illegal or Improper Activity (Over the Simplified Acquisition Threshold) 7 FAR 52.203-10 29-MAY-14 Price or Fee Adjustment for Illegal or Improper Activity (Over the Simplified Acquisition Threshold) 8 FAR 52.203-12 01-OCT-10 Limitation on Payments to Influence Certain Federal Transactions (Over $150,000) 9 FAR 52.203-17 29-APR-14 Contractor Employee Whistleblower Rights and Requirements to Inform Employees of Whistleblower Rights (Over the Simplified Acquisition Threshold) 10 FAR 52.203-99 27-FEB-15 Prohibition on Contracting with Entities That Require Certain Internal Confidentiality Agreements (DEVIATION) 11 FAR 52.204-4 31-MAY-11 Printed or Copied Double-Sided on Postconsumer Fiber Content Paper(Over the Simplified Acquisition Threshold) 12 FAR 52.204-10 31-OCT-16 Reporting Executive Compensation and First-Tier Subcontract Awards ($30,000 or more) 13 FAR 52.204-13 31-OCT-16 System for Award Management Maintenance 14 FAR 52.209-6 01-OCT-15 Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment (Over $35,000) 15 FAR 52.215-2 01-OCT-10 Audit and Records - Negotiation [Note: Applies to ALL contracts funded in whole or in part with Recovery Act funds, regardless of dollar value, AND contracts over the Simplified Acquisition Threshold funded exclusively with non-Recovery Act funds.] 16 FAR 52.215-8 01-OCT-97 Order of Precedence - Uniform Contract Format 17 FAR 52.215-10 04-AUG-11 Price Reduction for Defective Certified Cost or Pricing Data (Over $750,000) 18 FAR 52.215-12 01-OCT-10 Subcontractor Cost or Pricing Data (Over $750,000) 19 FAR 52.215-15 01-OCT-10 Pension Adjustments and Asset Reversions (Over $750,000) 20 FAR 52.215-18 08-JUL-05 Reversion or Adjustment of Plans for Post-Retirement Benefits (PRB) other than Pensions 21 FAR 52.215-19 01-OCT-97 Notification of Ownership Changes 22 FAR 52.215-21 01-OCT-10 Requirements for Certified Cost or Pricing Data and Data Other Than Certified Cost or Pricing Data - Modifications 23 FAR 52.219-8 01-NOV-16 Utilization of Small Business Concerns (Over the Simplified Acquisition Threshold) 24 FAR 52.219-9 13-JAN-17 Small Business Subcontracting Plan (Over $700,000, $1.5 million for Construction) 25 FAR 52.219-16 01-JAN-99 Liquidated Damages - Subcontracting Plan (Over $700,000, $1.5 million for Construction) 26 FAR 52.222-3 01-JUN-03 Convict Labor 27 FAR 52.222-21 10-APR-15 Prohibition of Segregated Facilities 28 FAR 52.222-26 30-SEP-16 Equal Opportunity 29 FAR 52.222-35 01-OCT-15 Equal Opportunity for Veterans ($150,000 or more) 30 FAR 52.222-36 25-JUL-14 Equal Opportunity for Workers with Disabilities 31 FAR 52.222-37 26-FEB-16 Employment Reports on Veterans ($150,000 or more) 32 FAR 52.222-40 13-DEC-10 Notification of Employee Rights Under the National Labor Relations Act (Over the Simplified Acquisition Threshold) 33 FAR 52.222-50 02-MAR-15 Combating Trafficking in Persons 34 FAR 52.222-54 01-OCT-15 Employment Eligibility Verification (Over the Simplified Acquisition Threshold) 35 FAR 52.223-6 01-MAY-01 Drug-Free Workplace 36 FAR 52.223-18 04-AUG-11 Encouraging Contractor Policies to Ban Text Messaging While Driving 37 FAR 52.225-1 29-MAY-14 Buy American � Supplies 38 FAR 52.225-13 12-JUN-08 Restrictions on Certain Foreign Purchases 39 FAR 52.227-1 07-DEC-07 Authorization and Consent 40 FAR 52.227-2 07-DEC-07 Notice and Assistance Regarding Patent and Copyright Infringement 41 FAR 52.229-3 28-FEB-13 Federal, State and Local Taxes (Over the Simplified Acquisition Threshold) 42 FAR 52.232-1 01-APR-84 Payments 43 FAR 52.232-8 01-FEB-02 Discounts for Prompt Payment 44 FAR 52.232-9 01-APR-84 Limitation on Withholding of Payments 45 FAR 52.232-11 01-APR-84 Extras 46 FAR 52.232-17 29-MAY-14 Interest (Over the Simplified Acquisition Threshold) 47 FAR 52.232-23 29-MAY-14 Assignment of Claims 48 FAR 52.232-25 13-JAN-17 Prompt Payment 49 FAR 52.232-33 22-JUL-13 Payment by Electronic Funds Transfer--System for Award Management 50 FAR 52.232-39 21-JUN-13 Unenforceability of Unauthorized Obligations 51 FAR 52.233-1 29-MAY-14 Disputes 52 FAR 52.233-3 01-AUG-96 Protest After Award 53 FAR 52.233-4 05-OCT-04 Applicable Law for Breach of Contract Claim 54 FAR 52.242-13 01-JUL-95 Bankruptcy (Over the Simplified Acquisition Threshold) 55 FAR 52.243-1 01-AUG-87 Changes - Fixed-Price, Alternate I (Apr 1984) 56 FAR 52.244-6 06-NOV-17 Subcontracts for Commercial Items 57 FAR 52.246-25 01-FEB-97 Limitation of Liability - Services (Over the Simplified Acquisition Threshold) 58 FAR 52.249-4 01-APR-84 Termination for Convenience of the Government (Services) (Short Form) 59 FAR 52.249-8 01-APR-84 Default (Fixed-Price Supply and Service)(Over the Simplified Acquisition Threshold) 60 FAR 52.253-1 01-JAN-91 Computer Generated Forms 61 HHSAR 352.203-70 18-DEC-15 Anti-Lobbying 62 HHSAR 352.222-70 18-DEC-15 Contractor Cooperation in Equal Employment Opportunity Investigations 63 HHSAR 352.227-70 18-DEC-15 Publications and Publicity 64 HHSAR 352.237-75 18-DEC-15 Key Personnel All quoters shall submit a quotation which addresses all elements of the Statement of Work section, includes one copy. All quotations shall be forwarded to Contract Specialist Lynda Cole Electronically to Colelj@cc.nih.gov. This is a full and open competition combined synopsis/solicitation for services as defined herein.� The government intends to award a contract 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 must 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."" Submission shall be received not later than July 20, 2020 at 8 a.m. by Electronic email submissions to Colelj@cc.nih.gov.� Please reference solicitation number HHSNCC20-010662S on all offer documentation. �Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Any questions or concerns regarding this solicitation should be forwarded in writing via email to the Contract Specialist-Lynda Cole 6707 Democracy Boulevard, Suite 106 Bethesda, MD 20892, Colelj@cc.nih.gov.� Point of Contact Lynda Cole Contract Specialist 301-594-3111 phone 301-594-5920 fax Colelj@cc.nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ae32a319c9ff47ce89973bc8ada63345/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05716611-F 20200711/200709230143 (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 |