Maryland Bids > Bid Detail

Off-Site Storage for Frozen Compound Management Samples and Freezers

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • S - Utilities and Training Services
Opps ID: NBD00159710505425071
Posted Date: Nov 15, 2022
Due Date: Nov 21, 2022
Solicitation No: 75N95023Q00015
Source: https://sam.gov/opp/52d92330af...
Follow
Off-Site Storage for Frozen Compound Management Samples and Freezers
Active
Contract Opportunity
Notice ID
75N95023Q00015
Related Notice
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2022 01:25 pm EST
  • Original Date Offers Due: Nov 21, 2022 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 06, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: S215 - HOUSEKEEPING- WAREHOUSING/STORAGE
  • NAICS Code:
    • 493120 - Refrigerated Warehousing and Storage
  • Place of Performance:
    Frederick , MD
    USA
Description



NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION





Title: Off-Site Storage for Frozen Compound Management Samples and Freezers







(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 75N95023Q00015 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 NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).





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 purchase order without providing for full and open competition (including brand-name) to: Kamtek, Inc., 4851 International BLVD STE 102, Frederick, Maryland 21703-7334 for Off-Site Storage for Frozen Compound Management Samples and Freezers





This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).



The rationale for a sole source is the location of the facility and use of REES alarm monitoring system which is also used by NCATS on-site. The freezers and frozen samples are already on-site at the Kamtek facility and the risk of moving sites increases the likelihood of damaging samples which presents an unmeasurable cost in regard to the impact the loss of valuable scientific data.



(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-08, with effective date 10/28/2022.





(iv) The associated NAICS code 493120 and the small business size standard is $30M This requirement is not set aside.





(v) This requirement is for the following services:



.

Line Item1: Base period of performance of 01/01/23 – 12/31/23 for 600 cubic feet of space in a -20C walk-in freezer to store samples and space to store seven ultra-low temperature freezers where they will all be monitored 24/7, including preventative maintenance and calibration of seven freezers.





Line Item 2: Option Period One period of performance of 01/01/24 -12/31/24 for 600 cubic feet of space in a -20C walk-in freezer to store samples and space to store seven ultra-low temperature freezers where they will all be monitored 24/7, including preventative maintenance and calibration of seven freezers.





(vi) Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed to perform the requirements as described in Attachment 1-Statement of Work





(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance shall include one 12-month base period and one 12-month option period as follows:





Base Period: 01/01/23 -12/31/23



Option Period One: 01/01/24 – 12/31/24



(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 (May 2022)

  • 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 52.217-8, Option to Extend Services (Nov 1999). The Contracting Officer may exercise the option by written notice to the Contractor at least 15 days prior to contract expiration.

  • 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 the current period of performance; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 15 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 24 months.




  • 52.222-41, Service Contract Labor Standards (Aug 2018)

  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)

  • 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)

  • Wage Rate Determination 2015-4269 dated June 27, 2022, for the Maryland Counties of Frederick and Montgomery. This Wage Rate Determination is provided as an attachment to this solicitation.





(ix) The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.





(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. Technical and past performance, when combined, are significantly more important than cost or price.





(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).





(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.





(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 clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount.





The Unique Entity ID from SAM.gov, 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 1:00 pm, Eastern Standard Time, on November 21, 2022, and reference Solicitation Number 75N95023Q00015. Responses must be submitted electronically to Samson Shifaraw, Contract Specialist at samson.shifaraw@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
  • Nov 15, 2022 01:25 pm ESTCombined Synopsis/Solicitation (Original)

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 >