Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 10, 2023 SAM #7957
MODIFICATION

66 -- NIAID Biocontainment Sterilizers (Autoclaves)

Notice Date
9/8/2023 12:27:29 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-23-2166588
 
Response Due
9/15/2023 12:30:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Seth Schaffer, Phone: 3017616205, Tamara McDermott
 
E-Mail Address
seth.schaffer@nih.gov, tamara.mcdermott@nih.gov
(seth.schaffer@nih.gov, tamara.mcdermott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2166588 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP), FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 Effective September 7, 2023. The North American Industry Classification System (NAICS) code for this procurement is 339113 - Autoclaves, Laboratory-type (Except Dental), Manufacturing with a size standard of 750 employees. The Product or Service Code (PSC) is 6640 � Laboratory Equipment and Supplies. The requirement is being competed as full and open competition. This requirement is not set-aside for small business. The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein. By submitting a quote, the offeror is accepting that all government terms and conditions shall prevail over the award. By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). STATEMENT OF NEED The National Institute of Allergy and Infectious Diseases (NIAID), Division of Intramural Research (DIR), has a requirement for replacement biocontainment sterilizer units. NIAID/DIR seeks to acquire eleven (11) biocontainment sterilizer (autoclave) models compatible with existing building infrastructure for a four-year, phased lifecycle replacement acquisition project in the biosafety level 3 (BSL-3) laboratories located in the C.W. Bill Young Center for Biodefense and Emerging Infectious Diseases. The sterilizers act as a secondary barrier between two classified zones of the BSL-3 laboratories, playing a vital role in the safe processing, decontamination, neutralization, and sterilization of bio-contaminated waste exiting the individual BSL-3 high containment laboratory suites. NIAID/DIR is seeking Getinge brand or equal biocontainment sterilizers (autoclaves) with associated supplies and services, including removal of existing units being replaced. This acquisition includes three, 12-month option periods, each with additional biocontainment sterilizers. Please provide a quote for the attached Statement of Need and Bill of Materials (BOM). The proposed purchase is for Brand Name or Equal products/services. Offerors shall be an authorized seller of Getinge brand name or equal products. To be considered for award, vendors quoting �equal� products/services, including �equal� products/services of the brand-name manufacturer, must meet the minimum requirements/specifications in the attached Statement of Needs. OPTIONS Quantity options are included within the Option Periods 1-3. The quantity options may be exercised at any time during the corresponding period of performance. Unexercised quantities do not carry over into the next option period. NIAID expects one or more options exercised at the beginning of each period of performance. PERIOD OF PERFORMANCE Delivery is requested as soon as possible. Period of performance will be dependent upon manufacturing lead times, and is estimated to be one year from date of award, with three, 12-month option periods. Estimated Period of Performance: Base Period: September 22, 2023 � September 21, 2024 Option Period 1: September 22, 2024 � September 21, 2025 Option Period 2: September 22, 2025 � September 21, 2026 Option Period 3: September 22, 2026 � September 21, 2027 SHIPPING/DELIVERY INSTRUCTIONS Delivery is requested approximately between each May � August of the performance period. Delivery must be coordinated with NIAID customer. Delivery location is Building 33, 9000 Rockville Pike, Bethesda, MD 20892. The Loading Dock is at semi-truck height. If the delivery truck is low, a lift gate is REQUIRED for pallet shipments or packages over 50 pounds. The Loading Dock hours are as follows: 7:30 am - 3:30 pm EST, Monday through Friday except for Federal Holidays. FOB: Destination. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). ANTICIPATED INSTALLATION SCHEDULE NIAID anticipates installation scheduled within 6 weeks of delivery of the unit(s). INSTRUCTIONS All interested vendors shall provide a quote of no more than 20 pages, excluding price quotation, for the requirement as outlined in the Statement of Needs and Bill of Materials. If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision applies to this a solicitation FAR 52.211-6 Brand Name or Equal (Aug 1999): (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) All quotes shall include: 1) Price(s) (unit price, extended price, total price) 2) Documentation demonstrating vendor is either the manufacturer or authorized distributer/reseller of the quoted products/services 3) Estimated production capacity and delivery lead time 4) Place of manufacture for the autoclaves and components 5) Clear indication of the capability of the vendor to meet all specifications and requirements. 6) Three references from within the last 3 years indicating past performance of similar size and scope in high containment facilities in the United States. Include organization name, point of contact information, and a brief description of the scope of the project. The Government may evaluate only those quotes that fully meet the requirements as outlined in the Statement of Needs and respond to the instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror�s response being considered non-responsive and will therefore be eliminated from further consideration and award. If not the manufacturer, Offerors shall be an authorized reseller for Getinge brand name or equal products. Documentation showing active authorized reseller status is requested with the quote. Only bona fide Getinge brand name or equal products are acceptable.� All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation. The successful vendor�s quote may be incorporated by reference. Questions are due by 3:30pm EST on September 12, 2023. Quotes are due by 3:30pm EST on September 15, 2023. Quotes must be emailed to Seth Schaffer, Contract Specialist, at seth.schaffer@nih.gov. Late quotes will not be considered. All responsible sources may submit a quote that will be considered by this Agency. Any questions or concerns regarding this combined synopsis/solicitation should be emailed to seth.schaffer@nih.gov. EVALUATION NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, delivery, and price. NIAID will evaluate past performance, delivery, and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, delivery, and price will become major considerations in selecting the successful Offeror. SPECIAL NOTICE TO OFFERORS Offerors 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. ELECTRONIC INVOICING The successful offeror may submit an invoice once a shipment is delivered, and installation is complete. NIAID will only accept invoices for units that have been delivered to NIAID and installed. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP. REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (SECTION 889) All quoters shall complete the Representations and Certifications in System for Award Management (SAM). The SAM website may be accessed at: https://sam.gov/content/home. Quoters shall complete Section 889 Representation 52.204-26 in SAM.gov or complete and INCLUDE the attached representation with your Quote. PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses are incorporated by reference to this acquisition. The full text of a solicitation provision or clause may be accessed electronically at this/these address(es): https://www.acquistion.gov/ FAR 52.203-18 � Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representations (Jan 2017) FAR 52.204-7 � System for Award Management (Oct 2018) FAR 52.204-13 � System for Award Management Maintenance (Oct 2018) FAR 52.204-16 � Commercial for Government Entity Code Reporting (Aug 2020) FAR 52.204-18 � Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 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 Products and Commercial Services (Sep 2023) FAR 52.212-3 � Offeror Representations and Certifications � Commercial Products and Commercial Services (Sep 2023) FAR 52.212-4 � Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) FAR 52.232-25 � Prompt Payment (Jan 2017) FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.252-2 � Clauses Incorporated by Reference (Feb 1998) The following Federal Acquisition Regulation (FAR) provisions and clauses are incorporated in full text to this acquisition: FAR 52.211-6 � Brand Name or Equal (Aug 1999) FAR 52.212-5 � Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Products and Commercial Services (Sep 2023) FAR 52.217-5 � Evaluation of Options (Jul 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) FAR 52.217-7 � Option for Increased Quantity-Separately Priced Line Item (Mar 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 14 days. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) FAR 52.217-9 � Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 14 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 14 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 4 years. (End of clause) The following Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses are incorporated to this acquisition by reference. The full text of a solicitation provision or clause may be accessed electronically at this/these address(es): https://www.hhs.gov/grants-contracts/contracts/contractpolicies-regulations/hhsar/index.html: HHSAR 352.203-70 � Anti-lobbying (Dec 2015) HHSAR 352.208-70 � Printing and Duplication (Dec 2015) HHSAR 352.222-70 � Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.223-70 � Safety and Health (Dec 2015) HHSAR 352.224-71 � Confidential Information (Dec 2015) HHSAR 352.239-73 � Electronic and Information Technology Accessibility Notice (Dec 2015) HHSAR 352.239-74 � Electronic and Information Technology Accessibility (Dec 2015) The following Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses are incorporated to this acquisition by full text: HHSAR 352.232-71 � Electronic Submission of Payment Requests (February 2, 2022) (a) Definitions. As used in this clause� Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), ��Content of Invoices�� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c) The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d) If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer�s written authorization with each payment request. (End of Clause) ATTACHMENT LIST: 1) Statement of Needs 2) Bill of Materials 3) Full Text FAR 52.212-5
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/88c891fd035b4b59b50a441268e60d79/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06823722-F 20230910/230908230048 (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.