SOLICITATION NOTICE
59 -- Quadruped Robots for Industrial inspection of the NIH Central Utility Plant (CUP)
- Notice Date
- 9/3/2025 12:24:00 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333998
—
- Contracting Office
- NIH A E CONSTRUCTION BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 2025-NIH-0RF-DTR-ROBOTS
- Response Due
- 9/9/2025 12:00:00 PM
- Archive Date
- 09/24/2025
- Point of Contact
- Kala Shankar, Phone: 3014020878
- E-Mail Address
-
kala.shankar@nih.gov
(kala.shankar@nih.gov)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The Government reserves the right to make one award, multiple awards, or no awards as a result of this solicitation. The solicitation number is 75N99025Q00017and the solicitation is issued as a Request for Quotations (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the 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 expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, dated February 23, 2024. The associated NAICS code is 333998 - All Other Miscellaneous General Purpose Machinery Manufacturing and the small business size standard is 700 employees. This acquisition is not set aside for small businesses. The Government intends to award a firm fixed price contract resulting from this solicitation. It is anticipated that any contract that is awarded will include option periods and optional line items in accordance with FAR clauses 52.217-9, Option to Extend the Term of the Contract and 52.217-7, Option for Increased Quantity-Separately Priced Line Item. The purpose of this requirement is to acquire two (2) Quadruped Industrial Inspection robots, sensing equipment, support and command & control / data acquisition software, training, future support to provide continuous plant surveillance, data for machine learning data and CUP surveillance. This is a �turnkey package� installation. Please refer to Attachment #1 - Statement of Work (SOW) for complete details and specifications. Period of Performance: The anticipated period of performance is a one-year base period from the effective date of award and four (4) subsequent one-year option periods for extended warranties as follows: Base Period: September 29, 2025 � September 28, 2026 Option Period One: September 29, 2026� September 28, 2027 Option Period Two: September 29, 2027 � September 28, 2028 Option Period Three: September 29, 2028 � September 28, 2029 Option Period Four: September 29, 2029 � September 28, 2030 Place of Performance: The primary place of performance is the NIH Headquarters at Bethesda, MD. The quotes shall be evaluated in accordance with the evaluation criteria identified in this solicitation (Attachment 5) as well as the SOW requirements. Responses to this solicitation must include clear and convincing evidence of the Quoter�s capability of fulfilling the requirement as it relates to the established evaluation factors. Offerors whose response do not �pass� one or both of the Pass/Fail factors noted in (Attachment 5) will not be evaluated any further. Technical Proposal: Contractor shall provide a proposal that addresses each factor listed under the Evaluation Factors (Attachment 5). Price Proposal: Contractor shall complete Attachment 6 � Price Template. Quoters must submit the completed pricing template in Excel (do not convert to PDF) as a separate attachment and shall not combine or embed the pricing template with other materials. The proposal shall include the options below for additional years of warranties. Additional one (1) year warranties for Years two (2) through four (4) with full factory coverage and support for software licensing, engineering, training, maintenance, and repair. Each year shall be priced as a separate optional line item to be awarded at the discretion of the Government. Additional Required Information: In addition to the previously discussed requirements, Quoters must include the following in their response: Company�s Full Name and Address Unique Entity ID (UEI), Commercial And Government Entity (CAGE) Code, and Taxpayer Identification Number (TIN) Name, Telephone Number, and Email Address of Person Authorized to Provide Quote Please note that, to be considered for award, Quoters must also be actively registered in the System for Award Management (SAM), accessible at www.sam.gov, at the time of quote submission. QUOTES DUE: Quoters must submit all required materials by 3:00 PM Eastern Time on September 9, 2025, and reference solicitation number 75N99025Q00017. Responses must be submitted electronically to Kala Shankar, Contracting Officer, at kala.shankar@nih.gov. Fax responses will NOT be accepted. Applicability of FAR provision 52.212-2. The provision at FAR 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition. See Attachment # 5� Evaluation Criteria. Applicability of FAR provision 52.212-3. The provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Items (Feb 2024), applies to this acquisition. The provision is included in full text at Attachment #3 � Representations and Certifications. Quoter must submit a completed and signed version of this form with its response. Applicability of FAR clause 52.212-4 The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Nov 2023), Alternate I (Nov 2021) applies to this acquisition and is incorporated by reference. Applicability of FAR clause 52.212-5 The clause at 52.212-5 Contract Terms and Conditions Requied to Implement Statutes or Executive Orders-Commercial Items (Feb 2024) applies to this acquisition. FAR 52.212-5 is included in full text at Attachment # 4 - Additional Terms and Conditions. Applicable FAR Provisions and Clauses The following FAR Provisions, incorporated by reference, apply to this acquisition: 52.204-7, System for Award Management 52.204-16, Commercial and Government Entity Code Reporting 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-26, Covered Telecommunications Equipment or Services-Representation 52.204-29, Federal Acquisition Supply Chain Security Act Orders�Representation and FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders� Commercial Products and Commercial Services, applies to this acquisition and includes the following clauses by reference: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards 52.204-27, Prohibition on a ByteDance Covered Application 52.204-30, Federal Acquisition Supply Chain Security Act Orders�Prohibition 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. 52.219-6, Notice of Total Small Business Set Aside 52.219-28, Post-Award Small Business Program Rerepresentation 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Equal Opportunity for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American�Supplies 52.225-2 Buy American Certificate 52.225-13, Restrictions on Certain Foreign Purchases 52.226-8, Encouraging Contractor Policies to Ban Text Messaging while Driving 52.232-33, Payment by Electronic Funds Transfer� System for Award Management The following FAR Clauses, incorporated by reference, apply to this acquisition: 52.204-13, System for Award Management Maintenance 52.204-18, Commercial and Government Entity Code Maintenance 52.212-4, Contract Terms and Conditions�Commercial Items 52.232-39, Unenforceability of Unauthorized Obligations 52.252-1 Solicitation Provisions Incorporated by Reference This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. The full text of a solicitation provision may be accessed electronically at this/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and 52.252-2, Clauses Incorporated by Reference. 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/these address(es): The FAR provisions, clauses and deviations can be accessed in full text at https://www.acquisition.gov/browse/index/far (FAR clauses and deviations) and 52.252-6 Authorized Deviations In Clauses (a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of ""(DEVIATION)"" after the date of the clause. The following HHSAR Clauses apply to this acquisition: 352.239-73 - Electronic and Information Technology Accessibility Notice 352.239-74 - EIT Accessibility 352.224-70 - Privacy Act 352.224-7 - Confidential Information 352.227-70 - Publications and Publicity Questions Regarding Solicitation Any questions regarding this solicitation must be submitted electronically to the Contracting Officer, Kala Shankar, at kala.shankar@nih.gov. 3:00 PM Eastern Time on September 5, 2025. Fax responses will NOT be accepted. RFQ Attachments Attachment #1 � Statement of Work (SOW) Attachment #2 � 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services Attachment #3 � Representations and Certifications Attachment #4 � 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services Attachment #5 � Evaluation Criteria Attachment #6 � Pricing Template Attachment #7 � Invoice Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8ed3a1004c714387ae6e7fb4c5eb041d/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07576874-F 20250905/250903230046 (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 |