Maryland Bids > Bid Detail

Replacement of NCATS owned UPS batteries

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159194292856203
Posted Date: Mar 27, 2023
Due Date: Mar 30, 2023
Solicitation No: 75N95023R00035CSS
Source: https://sam.gov/opp/61b57b140a...
Follow
Replacement of NCATS owned UPS batteries
Active
Contract Opportunity
Notice ID
75N95023R00035CSS
Related Notice
75N95023R00035
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIDA
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 27, 2023 03:07 pm EDT
  • Original Published Date: Mar 23, 2023 10:12 am EDT
  • Updated Date Offers Due: Mar 30, 2023 02:00 pm EDT
  • Original Date Offers Due: Mar 30, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Apr 14, 2023
  • Original Inactive Date: Apr 14, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J053 - MAINT/REPAIR/REBUILD OF EQUIPMENT- HARDWARE AND ABRASIVES
  • NAICS Code:
    • 335910 - Battery Manufacturing
  • Place of Performance:
    Rockville , MD 20850
    USA
Description

(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 75N95023R00035CSS and the solicitation is issued as a request for quotation (RFQ).



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; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.



THIS IS A COMPETITIVE COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER PROVIDING FOR FULL OR OPEN COMPETITION.



The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a Firm Fixed Priced contract with providing for full and open competition for the replacement of NCATS owned UPS batteries.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06 dated May 26, 2022.



(iv) The associated NAICS code 335910 – Battery Manufacturing



(v) This requirement is for the replacement of NCATS owned UPS batteries.



(vi) Background: The National Institutes of Health (NIH), the National Center for Advancing Translational Sciences (NCATS owns UPS batteries that need replacing. Verification and replacement of NCATS batteries keeps NCATS UPS systems up and running to specifications.



Purpose: The purpose of this request is for the replacement of NCATS owned UPS batteries.



Project Requirements:



The contractor must:



• Remove, supply and replace 40 HX300 batteries in unit #1785752



• Remove, supply and replace 40 HX300 batteries in unit #1785589



• Remove, supply and replace 40 HX300 batteries in unit #1785751



• Verify all new batteries are load functional



• Pay for shipping the batteries



• Work to be done during normal business hours



The service must be performed by factory trained and authorized technicians.



Batteries must be compatible with current UPS machines.



Vendors must also complete the attached 52.225-2 Buy American Certification



(vii) The Government anticipates award of a firm fixed-price contract for this acquisition, and, the baterries are to be delivered within one (1) month ARO.



(viii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. 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. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of provision)



The following provisions apply to this acquisition and are incorporated by reference:




  • FAR 52.204-7, System for Award Management (Oct 2018)

  • FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)

  • FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)

  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)

  • FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)

  • FAR 52.225-2, Buy American Certificate (Feb 2021)

  • FAR 52.225-6, Trade Agreements Certificate (Feb 2021)

  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)



The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:



https://www.acquisition.gov/browse/index/far



https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html



(End of clause)





The following clauses apply to this acquisition and are incorporated by reference:




  • FAR 52.204-13, System for Award Management Maintenance (Oct 2018)

  • FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)

  • FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached.

  • FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000).

  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015)





The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.






  • 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2022)

  • NIH Invoice and Payment Provisions (Feb 2021)



(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:



a. Technical capability of the item offered to meet the Government requirement;



b. Price; and



c. Past performance [see FAR 13.106-2(b)(3)].



(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer.



(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.



(xii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.



(xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.



(xiv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.



The Unique Entity ID (UEI), 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.



All offers must be received by 2:00 p.m., Eastern Daylight/Standard Time, on March 30, 2023 and reference solicitation number 75N95023R00035CSS. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov.



Fax responses will not be accepted.


Attachments/Links
Contact Information
Contracting Office Address
  • c/o 3WFN MSC 6012 301 N Stonestreet Ave
  • Bethesda , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >