Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 10, 2024 SAM #8384
SOLICITATION NOTICE

X -- Storage/Transportation Services - Animal Facilities Equipment/Supplies

Notice Date
11/8/2024 1:36:10 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
493110 — General Warehousing and Storage
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NICHD BETHESDA MD 20817 USA
 
ZIP Code
20817
 
Solicitation Number
75N94025Q00013
 
Response Due
11/22/2024 7:00:00 AM
 
Archive Date
11/26/2024
 
Point of Contact
ROBINSON, TINA, Phone: 13014437796
 
E-Mail Address
robinsti@mail.nih.gov
(robinsti@mail.nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. This solicitation number is 75N94025Q00013 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2024-07. The North American Industry Classification (NAICS) Code is 493110 and the business size standard is $34m. However, this solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to procure on a sole source basis with Pakolatus, LLC of Baltimore, MD to continue to provide local storage warehousing square footage for one full calendar year (1/1/2025 through 12/31/2025) of animal facilities (Buildings 6 &6B) equipment/supplies (i.e., large cage racks) records/file, etc. and provide administrative and transportation services � pickup and delivery. Pakolatus LLC meet all NICHD�s storage and transports, etc. needs as follows: � Storage facility is within 34 miles of National Institutes of Health (NIH) main campus located in Bethesda, MD � Firm-Fixed Price: One flat monthly rate for administrative/management services and storage space/units (one 1800sf and one 1300sf) and all transportation services of equipment, etc. needed between all points of locations on the NIH campus and NIH offsite locations to storage facility and vice versa. � Centralized dry storage space within a warehouse will be designated for this procurement and can be further expanded to 4,000.00 sf � Ability to meet a rapid turn-around and response time (w/in 1 to 3 business days) for transport/delivery of equipment and supplies between the storage facility and NIH facilities sometimes multiple times a week. � Provide 24/7 full pickup and delivery service. � Sanitary environment: must maintain a clean storing and working environment, equipment and supplies are not exposed to poor environmental parameters. � Facility is temperature controlled. � Has a pest management program in place to provide vermin and insect monitoring, detection, and eradication � Pakolatus owns transport vehicles (of various sizes: cargo van, truck trailer friendly, etc.) to easily accommodate the size of inventory (i.e., large cage racks) being transported. � Warehouse facility is forklift, flatbed truck, boxed truck and truck trailer friendly. � Three loading platforms with four secured commercial overhead doors are available for any size of forklifts, box trucks or truck trailers to dock. � Plenty of floor space to accommodate mobile animal housing racks, mobile transport racks and flatbed carts, those with four casters � Plenty of racking space to hold palletized facility supplies � Handle all the preparation from paperwork, packing up/securing the supplies and transportation inventory/supplies between the facilities (storage facility and NIH facilities) when needed. � Provide property management support, inventory support, quarterly reports on inventory status and status updates on post-delivery/ receiving of supplies. � Quarterly training is in place regarding customer services, personal safety and security, fire, pest control, ventilation, gas leaking, water leaking, receiving, palletizing, shipping, stocking, inventory, record keeping, reporting, driving, use of equipment and vehicles. � Comprehensively secured with security guards and 24/7 surveillance cameras Equipped with fire extinguishers, sprinkler system,smoke detectors and water hoses internal/external hose reel systems (annually certified by Fireline Corporation) in accordance with NFPA Standard 101. � 24/7 accessible in case of any emergency w/emergency preparedness plan; warehouse open for loading w/in two hours after receiving an emergency call � Notifies the customer immediately by phone and/or email on any discrepancy or problem (missing, stolen) to items in inventory. � Reimburse or repair equipment damaged due to our cause and any loss of items in our possession. � All documents are available for the customer to review at any time. � The storage is open at all times for the customer to inspect. � All items, equipment and records in the storage are accessible only to authorized personnel. � All inventory records are available for the customer to audit and accessible only to authorized personnel � Customers� confidential information will not be disclosed to any person or used by any person in any manner unless authorized by the customer, etc. � A current detailed inventory record, including each item by pickup and delivery dates, is sent to a Contracting Officer Representative (COR) quarterly, within 15 days of a quarter end, or as requested. � To ensure wellbeing of stored supplies/ equipment, we take a shared responsibility with our customers that all items must be sanitized, palletized, wrapped and secured before moving them in and out our warehouse. Pakolatus LLC is the only known local facility that can continue to meet all NICHD�s storage, transportation, etc. needs listed above. Pakolatus has trucks large enough to transport large cage racks and other supplies and will handle all the preparation from paperwork, packing up/securing the supplies/equipment, and transporting the inventory to the storage facility until the time comes when NIH need the supplies again, to which they will handle all the paperwork and preparations again, so the government�s time and resources can be better utilized elsewhere. Since Pakolatus has been providing these services for the past couple of years, no problems have occurred and found that their ability to transport required equipment on short notice and sometimes multiples times a week has worked out great and thus no unnecessary delays, etc. The additional cost and time necessary for the moving/relocating all the equipment, etc. currently stored @ Pakolatus to another facility would be disruptive to program/work at NIH. In addition, the cost of the initial inventory, inventory/administrative management, amount of time each labor category would be billed, or amount of time proposed to handle such a move would not be to the advantage of the Government cost and time wise. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under authority of the 41 U.S.C. 253(c) (1), FAR 6.302. Only one responsible source and no other supplies or services will satisfy agency requirements. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications � Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors � Commercial Items; FAR Clause 52.212-2, Evaluation � Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Items and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items � Deviation for Simplified Acquisitions applies to this acquisition. Note to Contractor: The contractor shall provide a completed copy of FAR 52.204-24, ""Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment"" with their quote in response to this solicitation. The offeror must provide proof of Commercial Insurance i.e. liability/property. The offeror must include their Unique Entity Identifier number, the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.acquisition.gov/far/. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing all services/items. Vendors capable of furnishing the government with all the services and items specified in this synopsis should submit a copy of their quotation/offer to the following email address: robinsti@mail.nih.gov Attn: Tina Robinson by the due date and time below. Offers must also be accompanied by descriptive literature, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements. Quotations will be due prior to 10am EST on November 22, 2024. The quotation must reference �Solicitation number� 75N94025Q00013 and �Solicitation number� 75N94025Q00013 must be on/in subject line of email. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Any questions must be sent via email to robinsti@mail.nih.gov and must include Solicitation# 75N94025Q00013 in the subject line of email. Note: In order to receive an award, contractor must be registered as all awards and have valid certification in the System for Award Management (SAM) @ www.Sam.gov. Lack of valid registration in SAM will make an offeror ineligible for award. FAR Clause: An Offeror is required to be registered in SAM when submitting an offer or quotation and shall continue to be registered until time of award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55667ec5088a4d4a86bdebf525541d4b/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07260971-F 20241110/241108230102 (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.