Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2020 SAM #6825
SOLICITATION NOTICE

99 -- 5712300- Conformance/meeting room audio video supply and services

Notice Date
8/4/2020 7:59:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334310 — Audio and Video Equipment Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIH-OLAO-OD3-RFP-5712300
 
Response Due
8/17/2020 2:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
Arash Seddique, Phone: 2024602543, Anne Mineweaser, Phone: 3018277683
 
E-Mail Address
arash.seddique@nih.gov, anne.mineweaser@nih.gov
(arash.seddique@nih.gov, anne.mineweaser@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
In accordance with the terms of FAR 12.603: This is a 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.� The solicitation number for this requirement is NIH-OLAO-OD3-RFP-5712300 and this is a Request for Purpose (See attached SOW). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07.� This acquisition is a small business set-aside.� The North American Industry Classification System (NAICS) Code for this acquisition is 334310, and the small-business size standards are 750 employees. The required description of products and services are listed in the attached Statement of Work (SOW), AV Renovation Hardware List, Support Summary Details, EVALUATION CRITERIA-Adjectival-Rating, and NEI (AV) RENOVATION REQUIREMENTS TRACEABILITY MATRIX spreadsheet.� This is a fixed-price requirement. The offeror should be aware that the Government will determine award based on best value � using trade-offs.� Please see the Evaluation Criteria attached to this solicitation. The period of performance will be 4-6 weeks from the award of the Purchase order. The following clauses apply to this acquisition: The provision at�52.212-1, Instructions to Offerors�Commercial, applies to this acquisition and a statement regarding any addenda to the provision.� The provision at�52.212-2, Evaluation�Commercial Items, is applicable. The specific evaluation criteria in paragraph�(vi) is included within the attachment entitled Evaluation Criteria - RFQ5304230. 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.� 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 �Additional Provisions � RFQ534230�.� 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 �Additional Provisions � RFQ5304230�.� 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. 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 the 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. Place of Delivery ����������� Address:� National Institutes of Health, NIH Animal Center, Elmer School Road, Poolesville, MD Postal Code: 20837 Offers must be submitted no later than 5:00 P.M. (EST) on Monday, August 17, 2020. E-mail submissions to arash.seddique@nih.gov by required response time.� Fax submissions are not authorized. Requests for a site visit, further information, or questions concerning this requirement must be submitted in writing to arash.seddique@nih.gov on or before 12:00 P.M. (EST) August 07, 2020. Point of Contact Arash Seddique, Contract Specialist, Phone 301-451-0095. arash.seddique@nih.gov. Anne Mineweaser, Contracting Officer, Phone 301-827-7683.� Email anne.mineweaser@nih.gov .
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4fcf634540434b1eb0077708ff951d0f/view)
 
Place of Performance
Address: Bethesda, MD 20894, USA
Zip Code: 20894
Country: USA
 
Record
SN05745198-F 20200806/200804230153 (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 |
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.