This notice is a combined synopsis/solicitation Request for Quotation NIAID-RFQ-21-2057740 for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect with the Federal Acquisition Circular 2021-05 dated March 10, 2021. The National Institute of Allergy and Infectious Diseases (NIAID) is requesting to procure services of Nuclear Regulatory Commission (NRC) designated manufacturing and distribution (M&D) license to perform source exchange on one (1) J.L. Shepherd &Associated (JLS) irradiator Model 484R-2 (s/n 7230) with 3 each 6,500 Curie Cobalt-60 located at the Integrated Research Facility (IRF) in Frederick, Maryland. The select vendor will provide all labor, equipment, and material to install new source capsules as well as take possession and remove, decommission, transport, and recycle the source capsule being replaced. This acquisition will be processed under FAR Part 12 – Acquisition for Commercial Items, and FAR Part 13 - Simplified Acquisition Procedures will be used for this acquisition.
Only one award will be made as a result of this solicitation. This acquisition will be awarded as a firm-fixed price type of contract, and is a Total Small Business Set-Aside and SBA Non-Manufacturer Rule Class Waiver for “Irradiation Apparatus Manufacturing” applies. The associated North American Industry Classification System (NAICS) Code is 334517, with the size standard of 1,000.
Delivery to Frederick, Maryland 21702 with an estimated period of performance required for total performance is one (1) year from date and acceptance of award.
SITE VISIT
Pre-Award contractor visits to verify site information are allowed at Contractor’s expense.
INSTRUCTIONS
All interested vendors shall provide a quote for the requirement as outlined in the attached statement of work (SOW). The Government may evaluate only those quotes that fully meet the requirements as outlined in the SOW and respond to the instructions and requirements below. Failure to furnish a full and complete quote as instructed my result in the Offeror’s response being considered non-responsive and will therefore be eliminated from further consideration and award.
Quotes must be submitted via email to the contract Specialist, Tonia Alexander, at [email protected] on or before Thursday, April 1, 2021, 11:00am eastern standard time (EST). Any quotation received by NIAID after this date and exact time specified is late and will not be considered. All or part of the successful Offeror’s quote may be incorporated in any contract resulting from this solicitation. The successful Offeror’s quote may be incorporated by reference.
By submission of an offer, the Offeror confirms 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. Note: Lack of registration in SAM will make an Offeror ineligible for award.
SAFETY RECORD AND INELIGIBILTY
Any company who has had an overexposed employee is not eligible to quote on this requirement. NIAID will view the United States Nuclear Regulatory Commission website www.nrc.gov for enforcement actions.
EVALUATION
The NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror’s quote to meet the tasks and requirements outlined in the Statement of Work, past performance, and reasonable price. Quotations that are evaluated as not technically acceptable will not be evaluated on past performance and price. The following instruction must be addressed within your quote:
PAST PERFORMANCE
The Government will review the Contractors past performance by collecting and evaluating information provided by references. These references will be used, in addition to any other past performance information evaluated by the contracting officer. The Government may contact references offered and those other than identified by the Contractor and use that information in the past performance evaluation. Contractor shall provide three references where radioactive source reload work was carried out on equipment similar to NIAID’s Model 484R-2 irradiator. Reference shall be for projects performed as the Prime Contractor and no more than five years old. Offeror may provide information on problems encountered on the contract(s) and corrective actions taken to resolve those problems – shall not exceed three pages in length. Offeror shall have references submitted directly to the contracting office by the solicitation closing date. For each reference, the following information is required:
DISCUSSIONS
The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government’s best interest.
QUESTIONS
If you have questions regarding this requirement, please submit inquiries immediately, but no later than Wednesday, March 24, 2021 11:00am EST, via email to the Contract Specialist, Tonia Alexander at [email protected]. The Government will issue an amendment to the RFQ responding to all questions, if needed.
PROVISIONS, CLAUSES and OTHER
The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:
FAR Part 52.212-1 Instructions to Offerors – Commercial Items
FAR Part 52.212-3 Offeror Representations and Certification – Commercial Items
FAR Part 52.212-4 Contract Terms and Conditions – Commercial Items
FAR Part 52.212-5 Contract Terms and Conditions Required to Implement Status or Executive Orders – Commercial Items (see attached)
FAR Part 52.203-18 Prohibition on Contracting with Entities the Require Certain Internal Confidentiality Agreements or Statements – Representation
FAR Part 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR Part 52.204-7 System for Award Management
FAR Part 52.204-16 Commercial for Government Entity Code Reporting
FAR Part 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment
FAR Part 52.223-7 Notice of Radioactive Materials
FAR Part 52.237-2 Protection of Government Buildings, Equipment, and Vegetation
FAR Part 52.232-40 Providing Accelerated Payments to Small Business and Subcontractors
FAR Part 52.242-15 Stop-Work Order
By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement:
HHSAR 352.203-70 Anti-lobbying
HHSAR 352.208-70 Printing and Duplication
HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations
HHSAR 352.223-70 Safety and Health
HHSAR 352.224-71 Confidential Information
HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice