Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 06, 2020 SAM #6856
SOLICITATION NOTICE

66 -- Scientific Environmental Monitoring Systems

Notice Date
9/4/2020 1:39:07 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH2004165RFQ
 
Response Due
9/11/2020 1:00:00 PM
 
Archive Date
09/12/2020
 
Point of Contact
Valerie Whipple, Phone: 3018275218
 
E-Mail Address
Valerie.whipple@nih.gov
(Valerie.whipple@nih.gov)
 
Description
Title: Scientific Environmental Monitoring Systems �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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. (ii)������� The solicitation number is NIMH2004165RFQ and the solicitation is issued as an a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated 8/31/20. (iv)������ The associated NAICS code is 334516 and the small business size standard is 1000 employees.� This requirement is full and open with no set-aside restrictions. (v)������� Purchase Description: A centralized environmental monitoring and alarm system for their laboratory facilities in NIH Bldg #10 located on campus in Bethesda, MD.� This system will be providing monitoring and alarm for the ultra-low temperature (-80) freezers but also needs to be able to provide for the addition of monitoring other laboratory equipment such as liquid nitrogen (cyro) freezers and CO2 incubators.� The system shall be specifically designed as an environmental monitoring system capable of sensing environmental parameters such as temperature, power, differential pressure, etc. in real time and monitoring and alarming based on the real-time readings from its sensors. Salient characteristics: Refer to Attachment 1: Product Description for a complete description of salient characteristics. � � (vi)������ Delivery Date: Delivery and Installation to occur 30 to 60 days after receipt of order.� Testing and validation of the installed system and all 50 installed temperature sensors must be done and accepted by the owner.� Training to the representatives of the 10 lab groups, NIMH, to occur within 1 week of installation.� Period of Performance: A on-site service warranty one year after installation should be included.� This will include 24/7 technical support and on-site service to repair or replace, as needed, to restore full system operation for one year from date of equipment installation. Option Year 1 and 2 providing for one (1) year each service agreement to start at the end of the one (1) year service warranty. � Place of Delivery/Acceptance: National Institutes of Health � Main Campus National Institute of Mental Health Main Campus, Building 10 9000 Rockville Pike Bldg. 10 Bethesda, MD 20892 FOB: Destination (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition.� Offerors are to complete and include Attachment 2 � Salient Characteristics with their quote. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� Refer to Attachment 3 for evaluation information. (x)������� Offerors are to include a completed copy of Attachment 4: FAR Provisions 52.204-24 and 52.212-3 with its quote. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 5 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. � (xiii)���� The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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. �Refer to Attachment 6. In addition 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 4:00 PM, September 11, 2020 and reference number NIMH2004165RFQ. �Responses must be submitted electronically (e-mail) to valerie.whipple@nih.gov. �Fax responses will not be accepted. (xvii)���� Attachments Attachment 1 � Purchase Description Attachment 2 � Salient Characteristics Checklist Attachment 3 - FAR Provision 52.212-2�Evaluation � Commercial Items Attachment 4 -- FAR Provisions 52.204-24 and 52.212-3 Attachment 5 � FAR Clauses 52.212-4 and 52.212-5 Attachment 6 � Price Quote Template
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df64b7065b1f48369cbdbb66a3adf428/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05788299-F 20200906/200904230152 (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.