SOLICITATION NOTICE
65 -- NON-HUMAN PRIMATE ANIMAL CAGES
- Notice Date
- 9/17/2021 3:09:03 PM
- Notice Type
- Solicitation
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH OLAO BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N98021Q00063
- Response Due
- 9/22/2021 12:00:00 PM
- Archive Date
- 10/07/2021
- Point of Contact
- Timothy Johnson, Phone: 3014025450, Zedekiah J. Worsham, Phone: 3014023079
- E-Mail Address
-
johnsontim@od.nih.gov, worshamz@od.nih.gov
(johnsontim@od.nih.gov, worshamz@od.nih.gov)
- Description
- Office of the Director (OD) Animal Cages Non-Human Primates for the National Institutes of Health (NIH) TASK ORDER LINE ITEMS �� The quoter must respond to this RFQ with a firm fixed price quote for all the line items within, RFQ 75N98021Q000063 Attachment # 1. ����������� PROCUREMENT OBJECTIVES �� The NIH ORS DVR is in need of a company that provides Thirty (30) Animal Cages for Non-Human Primates, according to the specifications, as provided in Attachment # 2, Responsibilities of the Contractor, which contains the following: Specifications Quality Assurance Surveillance Plan Deliverables Period of Performance � Drawings and shipping date LOCATION OF WORK ������������ Locations will be at The National Institutes of Health on campus.� PURCHASE ORDER TYPE It is anticipated that one award will be made from this solicitation and that the award(s) will be made prior to September 28, 2021. It is anticipated that the award from this solicitation will be a firm fixed price purchase order. CONTRACTING OFFICER'S REPRESENTATIVE (COR) The following Contracting Officer's�Representative (COR) will represent the Government for the purpose of this task order: TBD The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this task order; and (5) assisting in the resolution of technical problems encountered during performance. [The alternate COR is responsible for carrying out the duties of the COR only in the event that the COR can no longer perform his/her duties as assigned.]� The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract;�(5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference. The Government may unilaterally change its COR designation. Invoicing Instructions The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls: Prompt Payment (Jan 2017) FAR 52.232-25. Highlights of this clause and NIH implementation requirements follow: I. Invoice Requirements A. An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed. A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9. If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice. (See exceptions under II., below.) Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. 1. Vendor/Contractor: Name, Address, Point of Contact for the invoice (Name, title, telephone �� ���� number, e-mail and mailing address of point of contact). 2. Remit-to address (Name and complete mailing address to send payment). 3. Remittance name must match exactly with name on original order/contract. If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. 4. Invoice date. 5. Unique invoice #s for all invoices per vendor regardless of site. 6. NBS document number formats must be included for awards created in the NBS: Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. 7. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in the Central Contractor Registration (CCR). 8. Federal Taxpayer Identification Number (TIN). In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice. The VIN is the number that appears after the contractor�s name on the face page of the award document. 9. Identify that payment is to be made using a three-way match. 10. Description of supplies/services that match the description on the award, by line billed.* 11. Freight or delivery charge must be billed as shown on the award. If it is included in the item price do not bill it separately. If identified in the award as a separate line item, it must be billed separately. 12. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE: If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice. A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order. If authorized, shipping costs must be itemized. Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. Contractor/Vendor Electronic Invoice Submission to the Office of Financial Management (OFM): The Contractor/Vendor shall: � Send the invoice to the NIH centralized invoice email box: invoicing@nih.gov � Follow the below format in the email subject line, which is a must (Note: The keywords and separating bars in bold must be present to identify the information.) Vendor: name of the contractor/vendor |PO: Contract Number/Task Order Number|Invoice:9999999 � Ensure that the body of the email and attached invoice must both include the contractor/vendor�s correspondence email address in the below format (bolded information must be present to identify information): Correspondence email address: xyz@abc.com Note: See a screenshot example in the attachment below: � Follow the system size limits that apply to the email and each invoice: individual email attachments cannot exceed 5 megabytes each; and the email plus all attachments cannot exceed a total of 30 megabytes. � Clearly identify a valid and complete contract number on each invoice � Clearly identify a valid and complete order number on each invoice � Clearly identify an accurate DUNS number on each invoice � Not include confidential information such as Social Security Numbers (do not include TIN if it is a Social Security Number) � Send one (1) invoice per email The date/time that a valid invoice is submitted electronically to the email box (invoicing@nih.gov) will be the same date/time logged as that the invoice is received by NIH. Please do not hand-deliver invoices to any NIH office. Please follow the above electronic submission instructions until further notice. In addition, please note that your contract or order will not be modified to reflect the above changes to the invoicing instructions. Failure to follow the above electronic submission instructions may result in invoice processing delays. For Questions? Inquiries regarding the status of invoices such as receipt of invoices, due date, or payment of invoices should be directed to the OFM Commercial Accounts Branch, Customer Service Office at 301-496-6088. The office is open Monday-Friday from 8:30 am to 4:30 pm (eastern prevailing time). The Customer Service Office is closed daily between 12:00 pm to 1:00 pm (eastern prevailing time). Contractor Courtesy Copy Electronic Invoice Submission to the Contracting Officer (CO) and Contracting Officer Representative (COR): The Contractor shall send the OFM-submitted invoice to the NIH CO and COR. II. Invoice Payment A. Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: 1. The 30th day after the designated billing office has received a proper invoice. 2. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Interest Penalties A. An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. 1. A proper invoice was received by the designated billing office. 2. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. 3. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. IV. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) a. Upon receipt of accelerated payments from the Government, the Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when such payment is otherwise required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor. b. The acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. c. Include the substance of this clause, include this paragraph c, in all subcontracts with small business concerns, including subcontracts with small business concerns for the acquisition of commercial items. (End of Clause) ACKNOWLEDGEMENT OF FEDERAL FUNDING The�Contractor shall clearly state, when issuing statements, press releases, requests for proposals, bid solicitations and other documents describing projects or programs funded in whole or in part with Federal money: (1) the percentage of the total costs of the program or project which will be financed with Federal money; (2) the dollar amount of Federal funds for the project or program; and (3) the percentage and dollar amount of the total costs of the project or program that will be financed by nongovernmental sources. RESTRICTION ON PORNOGRAPHY ON COMPUTER NETWORKS The Contractor shall not use contract funds to maintain or establish a computer network unless such network blocks the viewing, downloading, and exchanging of pornography. GUN CONTROL The Contractor shall not use contract funds in whole or in part, to advocate or promote gun control. CONFIDENTIALITY OF INFORMATION Confidential information, as used in this article, means information or data of a personal nature about an individual, or proprietary information or data submitted by or pertaining to an institution or organization. The Contracting Officer and the Contractor may, by mutual consent, identify elsewhere in this contract specific information and/or categories of information which the Government will furnish to the Contractor or that the Contractor is expected to generate which is confidential.� Similarly, the Contracting Officer and the Contractor may, by mutual consent, identify such confidential information from time to time during the performance of the contract. �Failure to agree will be settled pursuant to the ""Disputes"" clause. If it is established elsewhere in this contract that information to be utilized under this contract, or a portion thereof, is subject to the Privacy Act, the Contractor will follow the rules and procedures of disclosure set forth in the Privacy Act of 1974, 5 U.S.C. 552a, and implementing regulations and policies, with respect to systems of records determined to be subject to the Privacy Act. Confidential information, as defined in paragraph (a) of this article, shall not be disclosed without the prior written consent of the individual, institution, or organization. Whenever the Contractor is uncertain with regard to the proper handling of material under the contract, or if the material in question is subject to the Privacy Act or is confidential information subject to the provisions of this article, the Contractor should obtain a written determination from the Contracting Officer prior to any release, disclosure, dissemination, or publication. Contracting Officer determinations will reflect the result of internal coordination with appropriate program and legal officials. The provisions of paragraph (d) of this�article shall not apply to conflicting or overlapping provisions in other Federal, State or local laws. The following information is covered by this article: Supplier List, eVIP End-to-End Process Documentation, MarkView System Documentation, iSupplier Documentation, Access to Databases related to eVIP, NIH Business Systems (NBS), and PRISM. �REPORTING MATTERS INVOLVING FRAUD, WASTE AND ABUSE Anyone who becomes aware of the existence or apparent existence of fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector General's Office in writing or on the Inspector General's Hotline. The toll free number is 1-800-HHS-TIPS (1-800-447-8477). � All telephone calls will be handled confidentially. The website to file a complaint on-line is: http://oig.hhs.gov/fraud/hotline/ �and the mailing address is: US Department of Health and Human Services Office of Inspector General ATTN: OIG HOTLINE OPERATIONS P.O. Box 23489 Washington, D.C. 20026 Additional PURCHASE Order Terms and Conditions The Task Order will follow the terms and conditions within the GSA Federal Supply Schedule Contract.� In addition, the following Federal Acquisition Regulation (FAR) and HHS Acquisition Requisition (HHSAR) Clauses are incorporated by reference.� The full clauses can be found at www.acquisition.gov and http://www.hhs.gov/policies/hhsar/. FAR Clauses� 52.232-18 Availability of Funds (Apr 1984) HHSAR Clauses 352.239-73 Electronic Information and Technology Accessibility Notice (December 2015) 352.239-74 Electronic and Information Technology Accessibility (December 2015) Quote Instructions Statement of Capabilities and technical quotes should be limited to no more than 5 pages that address the ability to meet the needs of the NIH.� Vendors should provide at least 3 references that reflect the complexity of this request.� The reference shall include: Contract Number Contract Amount-Including Options Contract Type Customer and CO POC Name, Phone Number, email address Contract Description Price Quotes shall be provided using Attachment #1.� Please fill out the pricing as well as the column H (del. date-when the vendor will drop off their bin to that location) and column I (1st Svc-first date of service provided to that location).� Quote Submittal Instructions Technical and Price Quotes (the technical and price quotes are to be separate documents/attachments) are due to Timothy Johnson, contract Specialist, via email at johnsontim@od.nih.gov by September 22, 2021 at 3 PM EST. Quotes delivered through fax, hand delivery, email, or mail will not be accepted. Electronic Quotes shall be in Microsoft Word, Excel, PowerPoint, or Adobe Acrobat. NIH uses Microsoft Office 2016. Please include the solicitation number (RFQ 75N98021Q00063) in your technical and business quote when responding to this solicitation.� Any questions can be sent to Mr. Timothy Johnson via email at johnsontim@od.nih.gov by �September 21, 2021 at 5 pm�EST or earlier. 24. EVALUATION OF OPTIONS It is anticipated that any task order awarded from this solicitation will contain option provisions and periods. In accordance with FAR Clause 52.217-5, Evaluation of Options, (July 1990), the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement, except when it is determined in accordance with FAR 17.206(b) not to be in the Government's best interests. Evaluation of options will not obligate the Government to exercise the option(s). EVALUATION CRITERIA Award shall be made to the lowest priced, technical acceptable vendor. EVALUATION: The Government intends to award a firm-fixed price purchase order resulting from this solicitation to the responsible offeror whose offer, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. Offerors must provide sufficient information for the Government to determine its level of confidence in the ability of the Offeror to perform the requirements. The following factors will be used to evaluate offers: technical approach, past performance, and price. Quotes that do not meet the material terms of this solicitation will not be evaluated. The Government anticipates selecting the offer that represents the best value to the government without engaging in clarifications with quoters but reserves the right should it be deemed in the Government�s best interest. Quoters are strongly encouraged to submit their best technical solutions and price in response to this RFQ. To facilitate the award process all quotes should 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."" OR ""The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"" (Quoter must list exception(s) and rationale for the exception(s).) QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than September 21, 2021 @ 5�PM EST, via email to the Contract Specialist, Timothy Johnson at johnsontim@od.nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. SPECIAL NOTICE TO VENDORS: Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.�� PROVISIONS AND CLAUSES: 52.252-1 Solicitation Provisions Incorporated by Reference. (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): https://www.acquisition.gov/ 52.204-7, System for Award Management (Oct 2018) 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 52.229-11, Tax on Certain Foreign Procurements�Notice and Representation (Jun 2020) (End of provision) 52.252-2 Clauses Incorporated by Reference. (Feb 1998) This contract 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): https://www.acquisition.gov/ 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (End of clause) Health and Human Services Acquisition Regulations (HHSAR) The following additional Health and Human Services Acquisition Regulations (HHSAR) clauses are applicable to this requirement, copies are available from http://www.hhs.gov/policies/hhsar/: Provisions 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.208-70 Printing and Duplication (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015) The following additional provisions and clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7, Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2021) *Please note that the representations at (d) of FAR 52.204-24 must be completed and returned with all offers. LIST OF ATTACHMENTS Work Statement Invoice Instructions Responsibilities of the Contractor
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7104add82a604ab486dfb29838b35b16/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06137183-F 20210919/210917230119 (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 |