Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOLICITATION NOTICE

R -- Medical Courier Service

Notice Date
2/28/2024 11:40:01 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
492110 — Couriers and Express Delivery Services
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-24-2210544
 
Response Due
3/8/2024 2:00:00 PM
 
Archive Date
03/23/2024
 
Point of Contact
Dana Monroe, Phone: 4063759814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
SAM.gov Synopsis Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-24-2210544 Posted Date: 02/28/2024 Response Date: 03/08/2024 Set Aside: Small Business NAICS Code: 492110 Classification Code: R602 Contracting Office: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB Title: Medical Courier Service Primary Point of Contact:� Dana Monroe; dana.monroe@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-24-2210544 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-02 January 22, 2024. The North American Industry Classification System (NAICS) code for this procurement is 492110, Couriers and Express Delivery Services, with a small business size standard of 1500 employees. The requirement is being competed full and open competition, un-restricted and with a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Medical Courier Service.� See attachments for specifics. Time and Materials award is contemplated. Period of performance is a one (1) 12-month period, starting May 01, 2024 through April 30, 2025. The award will be based on best value to the government on the following: Capability to meet the requirements; delivery timeframe, past performance, and price. Quotes that are not technically acceptable or that do not meet the material terms of this solicitation will not be evaluated on price, past performance, or delivery timeframe. Quotes: The vendor shall provide separated out portions for 1) pricing quote and 2) technical quote. Quote for pricing: Your price quote shall be a separate volume from your technical quote. Quote shall contain sufficient information to allow the Government to perform an evaluation of the proposed price. Your pricing quote shall be based on your labor rate, utilizing any and all discounts. The Offeror must identify the labor category(s) to be utilized for this effort, and the hourly rate(s) proposed, and any other proposed associated materials costs, for calculating the proposed price for this effort. The Offeror shall submit an itemized quote which includes the price for the entire period of performance of effort (hours and rates) by the labor category(s) proposed. Prices shall reflect fully loaded/burdened unit prices and total prices, for each category. Quote for technical shall include: ����������� Contractor shall provide a short synopsis of safety, handling/packaging, and transporting training that are provided to their personnel that handle/transport medical specimens. ����������� Provide up to three (3) references, one (1) reference preferably from National Institutes of Health (NIH) � ����������� Certify you have enough qualified drivers to meet requirements at start date of award. Government has estimated at a minimum the number of drivers needed to fulfill solicitation requirements is four (4). Please note: It is ultimately the Offeror's responsibility to provide enough drivers to fulfil solicitation requirements. Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD 20852, United States.� FOB: Destination The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must show current representation in active SAM.gov registration or contact issuing office for specific form to complete The following FAR contract clauses apply to this acquisition: FAR 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract.� These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days. FAR 52.222-41 Service Contract Labor Standards (Aug 2018) FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) FAR 52.222-55 Minimum Wages Under Executive Order 13658 (Jan 2022) FAR 52.222-62 Paid Sick Leave Under Executive Order 13706 (Jan 2022) FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 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 address:� http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than March 8, 2024, at 5:00pm EST Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. �Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2210544). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dana Monroe at dana.monroe@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1a1907904b9a46088a8d39694b6feac4/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06979633-F 20240301/240228230055 (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.