Federal Bid

Last Updated on 08 Dec 2019 at 4 AM
Combined Synopsis/Solicitation
Location Unknown

Renewal SUMO LOGIC Service/Logs, Metrics & Support Service

Solicitation ID RFQ197011
Posted Date 27 Nov 2019 at 6 PM
Archive Date 07 Dec 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location United states

Document Type:  Combined Synopsis/Solicitation

Solicitation Number: RFQ197011

Posted Date: 11/27/2019

Response Date: 12/06/2019

Set Aside: Total small business

NAICS Code: 511210

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840

Title: Renewal SUMO LOGIC Service/Logs, Metrics & Support Service

Description:

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and solicitation for commercial Items,” as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-1997011 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01 November 12, 2019.

The North American Industry Classification System (NAICS) code for this procurement is 541380, Testing Laboratories, with a small business size standard of $15 million. The requirement is being competed full and open competition, with a restriction to only small businesses.  This is a total small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:

Renewal SUMO LOGIC Service/Logs, Metrics & Support Service, Part# 1174-0002 and Part# 11740013 for a period of performance to begin upon award for one year.

Place of Performance: NIH, 5601 Fishers Lane, Rockville, MD 20852, United States.  FOB: Destination

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.  The award will be based on the following; technical capability to meet the requirements, delivery time and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018)

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

(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (Jan 2017)

52.204–24 Representation Regarding Certain Telecommunications and Video

Surveillance Services or Equipment (August 2019) *** Must complete representation if applicable and if attached to this solicitation- see attachment 52.204-24

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (October 2019)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

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

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

52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)

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 address:  http://farsite.hill.af.mil/vffara.htm

By submission of an offer, the offeror acknowledges 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 (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, by email.

Submission shall be received not later than Friday, December 6th, 2019 @ 3:00 PM EST

Offers may be mailed, e-mailed to Jesse Weidow; [email protected]. Offers shall include RFQ number in the subject line (RFQ-1997011). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency. 

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ [email protected]

Bid Protests Not Available