MODIFICATION
J -- Preventative Maintenance and Parts for the Roe Animal Cage Bedding Handling System
- Notice Date
- 8/14/2023 12:55:38 PM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023R00069
- Response Due
- 8/25/2023 8:00:00 AM
- Archive Date
- 09/09/2023
- Point of Contact
- Sneha Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Maintenance and Repair Services for Automated Rodent Cage Bedding Handling System �(i)������� 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. (ii)������� The solicitation number is 75N95023R00069 and the solicitation is issued as an request for proposal (RFP) . 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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04, dated 02 June 2023. (iv)������ The associated NAICS code 811219 and the small business size standard $22.0 M.�� This requirement is full and open with no set-aside restrictions. (v)������� Description: The Government requires Maintenance and Repair Services for an Automated Rodent Cage Bedding Handling System Please refer to Attachment 1 � Statement of Work. (vi)������ Please refer to Attachment 1 � Statement of Work for details and information describing the salient characteristics, requirements, and location for the delivery of services. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)���� 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. The following factors shall be used to evaluate offers: The technical factors combined are significantly more important than cost or price, however, the Government will not make an award at a significantly higher price to the to achieve only slightly superior performance. Price may become the most significant factor for award as quotes become more equal based on other factors. Technical Factors Scored technical evaluation factors are listed in the order of their relative importance with points assigned for evaluation purposes. The maximum total score possible is 100 points. Technical Capability (60 pts) The offeror has demonstrated that it has the available resources to meet the requirements outlined in the scope of work for the duration of the agreement. The offeror has demonstrated its capability to identify a list of critical spare parts for each machine and demonstrated a satisfactory plan for keeping an inventory of critical spare parts on-hand. The offeror has demonstrated that it has the technical expertise and experience to provide efficient and timely repair and service to the automated cage bedding handling system as outlined in the statement of work. Key Personnel (20 pts) The offeror has demonstrated that it has existing telephone support and field service technicians that are technically proficient to provide the level of service required in the scope of work in a laboratory animal facility environment described in the SOW. Past Performance (20 pts) The Government will evaluate the Quoter�s past performance of similar projects. The quoter shall provide a list of two (2) past performance references with knowledge of your relevant skills and experience related to the requirements outlined in the SOW. The Quoter shall include the following information in their past performance examples: Name of Organization Description of Contractor�s responsibilities as they relate to the SOW Contract Period of Performance Point of contact name, title, address, phone number, and email address Price Evaluation Each Quoter�s price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through price analysis techniques as described in FAR 13.106-3. Quoters must provide a total time and materials price (inclusive of all options) for completion of the work described in the SOW to be considered for award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (ix)������ 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. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.� (xi)������ 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 4. (xii)����� 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. See Attachment 3. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� 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 the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, 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.� (xv)����� Responses Due: All responses must be received by Friday August 25, 2023, 11:00 AM Eastern Standard Time and reference number 75N95023R00069.� Responses may be submitted electronically to Sneha Singh at sneha.singh@nih.gov. Fax responses will not be accepted. (xvi) ��� Questions: Questions and requests for clarification must be submitted electronically to the Contract Specialist, Sneha Singh at sneha.singh@nih.gov on or before 11:00 AM EST, Thursday August 17, 2023. Fax responses will NOT be accepted. (xvii)��� Attachments: ����������� Attachment 1 � SOW ����������� Attachment 2 � Technical Evaluation Criteria ����������� Attachment 3 � Terms & Conditions ����������� Attachment 4 � FAR 52.212-5 ����������� Attachment 5 � Invoice Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/51d09be6ffe9479a95dd8e5a302af6e4/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06788400-F 20230816/230814230046 (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 |