Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Maryland |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 25, 2024 |
Due: | May 13, 2024 |
Solicitation No: | 75N95024Q00211 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
Title: iNDI revertant cell lines for the iPSC NeuroDegeneration Initiative project
(ii) The solicitation number is 75N95024Q00211 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; 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.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-03, with effective date February 23, 2024.
(iv) The associated NAICS code 621511 and the small business size standard $41.5 dollars. This requirement is full and open with no set-aside restrictions.
(v) This requirement is for the following: iNDI revertant cell lines for the iPSC NeuroDegeneration Initiative project see Statement of Work.
(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated period of performance is 12-month. The place of performance will be 251 Bayview Blvd, Baltimore, MD 21224.
(vii) 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:
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:
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.
(viii) The provision at FAR clause 52.212-2, Evaluation-Commercial Items, 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) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than price.
(b) 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.
(ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, 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.
(x) 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 quotations must be received by May 13, 2024 at 12:00 pm Eastern Standard Time and must reference solicitation number 7N95024Q00211. Responses must be submitted electronically to Andrea Clay, Contract Specialist, at amcgee@nida.nih.gov.
In accordance with FAR 19.704 and FAR Clause 52.219-9, the submission of a
subcontracting plan by other than small business offeror(s) is a requirement as a part of the proposal submission process and is to be submitted separately from the technical and cost proposals. An offeror's subcontracting plan must be determined to be acceptable, by the Contracting Officer, prior to the contract award. Offerors are required to submit a subcontracting plan electronically using the US Department of Health and Human Services (HHS) Small Business Customer Experience (SBCX) system via the link below:
https://osdbu.hhs.gov/subcontracting/fffa31cb-fbe7-42a6-b961-a97e5dee8b16
The official point of receipt for determining timely submission of an offeror's subcontracting plan is the SBCX system and/or email notification. Once the subcontracting plan is successfully submitted in the SBCX system the offeror should receive an email notification and confirmation message of completion upon submission. If an offeror's subcontracting plan is not confirmed as received within the SBCX system by the proposal submission date specified in the solicitation, it will be considered late in accordance with subparagraph (c)(3) of FAR Clause 52.215-1, Instructions to Offeror-Competition Acquisition. Disposition of late submittals of a subcontracting plan by an offeror via the SBCX system is at the discretion of the Contracting Officer. See attached document “SBCX Industry Subcontracting Guide” for additional information.
Fax responses will not be accepted.
(xiv) The name and of the individual to contact for information regarding the solicitation:
Andrea Clay
Contract Specialist
amcgee@nida.nih.gov
Mar 21, 2024 | [Sources Sought (Original)] iNDI revertant cell lines for the iPSC NeuroDegeneration Initiative project |
Apr 30, 2024 | [Combined Synopsis/Solicitation (Updated)] iNDI revertant cell lines for the iPSC NeuroDegeneration Initiative project |
With GovernmentContracts, you can:
Follow BIG IP renewal Active Contract Opportunity Notice ID N0042124Q0035 Related Notice Department/Ind.
Federal Agency
Bid Due: 11/22/2024
Follow BPA Semiconductor & Related Device Manufacturing Active Contract Opportunity Notice ID N0017424SN0015
Federal Agency
Bid Due: 11/11/2028
Follow BPA - HAND TOOLS PSC 5110, 5120, 5130 Active Contract Opportunity Notice
Federal Agency
Bid Due: 11/11/2028
Follow BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365 Active
Federal Agency
Bid Due: 11/11/2028