Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 20, 2022 SAM #7537
SOLICITATION NOTICE

Z -- General Handyman Services Contract for NIMH

Notice Date
7/18/2022 3:12:21 PM
 
Notice Type
Solicitation
 
NAICS
238390 — Other Building Finishing Contractors
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
NIMH-22-003900
 
Response Due
7/25/2022 1:30:00 PM
 
Archive Date
07/26/2022
 
Point of Contact
Jeff Moore, Phone: 3014512730, Robin Knightly, Phone: 3018275302
 
E-Mail Address
jeff.moore@nih.gov, Robin.knightly@nih.gov
(jeff.moore@nih.gov, Robin.knightly@nih.gov)
 
Description
General Handyman Services Contract Competitive Combined Synopsis/Solicitation NIMH 22-003900 INTRODUCTION 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures. The solicitation number is NIMH19-003835 and the solicitation is issued as a request for quotation (RFQ).� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 238390, $16.5M. � SET-ASIDE STATUS This acquisition is restricted and available for Women Owned Small Business (WOSB) Set-Aside. � ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold.� ���������� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 dated July 12, 2019. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Mental Health (NIMH) is the lead Federal Agency for research on mental illnesses.� The mission of the NIMH is to transform the understanding and treatment of mental illnesses through basic and clinical research, paving the way for prevention, recovery, and cure. The NIMH is requiring general handyman services in support of the NIMH scientific and administrative staff throughout various research laboratories and office spaces on the main National Institutes of Health (NIH) Campus in Bethesda, MD.� The purpose of this contract is to provide general handyman services for everyday minor tasks that are generally considered �carpentry� in nature and do not involve alteration of building infrastructure or major utilities. Purpose The purpose of this acquisition is to establish an IC-wide multi-year contract to acquire facilities support services for on-site facility maintenance, minor alterations, and repairs of a handyman nature. Project Requirements � See Attached Statement of Work for details. Delivery Requirements/Period of Performance The period of performance will be one 12-month base year from the date of the award and four 12-month option years if possible. Place of Performance The place of performance shall be the National Institutes of Health, National Institute of Mental Health (NIMH), NIH Bethesda Main Campus, specifically, but not limited to,buildings 10, 10CRC, 13, 15K, 31, 35, 35A and 49. Contract Type The Government intends to issue a time and materials purchase order for this requirement. Invoicing shall be in accordance with the Prompt Payment Act and payment shall be made via Electronic Funds Transfer (EFT). Response Format Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the salient characteristics of the product.� The offeror must indicate in their response as to whether the brand-name or equal product proposed can or cannot meet the salient characteristics as stated in this combined solicitation synopsis.�� In addition, the quote must provide their company name, 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.� TECHNICAL PROPOSAL Offerors may provide up to 20, 8.5 by 11-inch pages (using no less than 10 font size) as their proposal to be evaluated by the Source Evaluation Panel. The technical submission will address the Statement of Work and be responsive to the attached evaluation factors. The 20-page technical submission limitation does not include and is in addition to the pages relating to relevant resume credentials and the price proposal. Technical submission pages in excess of this page limitation will not be considered. COST/PRICE PROPOSAL The cost/price proposal must be completed to include all costs related to the Statement of Work, including the hourly, daily and monthly rates, as appropriate, and all direct and indirect costs for the base and option years. The cost/price proposal shall be submitted in the Microsoft Excel format. LEVEL OF EFFORT � The estimated level of effort for this requirement is estimated for the base period and subsequent option periods. The Government�s cost estimate was created using historical data obtained from previous work orders. EVALUATION The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The Government will award a contract 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. See Evaluation Criteria attachment for details. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. ADDITIONAL INFORMATION The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.213-4, Terms and Conditions � Simplified Acquisitions (Other Than Commercial Items). See Clauses attachment. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See clauses attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include labor costs, breakdown and rationale for other direct costs or materials, and the total amount. 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."" CLOSING INFORMATION All responses must be received by 4:30 p.m. EST, Monday, July 25, 2022 and reference number NIMH22-003900. Responses may be submitted electronically to jeff.moore@nih.gov, and robin.knighty@nih.gov. Any questions must be submitted by 9:00 AM EST on Wednesday, July 27, 2022. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/085a72be3ceb4633ae0cd09168862fd1/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06392441-F 20220720/220718230058 (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.