Inactive
Notice ID:NIH-NICHD-2021-017
(1) Action Code: Combined Synopsis/Solicitation (2) Date: 8/4/2021 (3) Year: 2021 (4) Contracting Office Zip Code: 20892 (5) Classification Code: 6515 (6) Contracting Office Address: 6710B Rockledge D...
(1) Action Code: Combined Synopsis/Solicitation (2) Date: 8/4/2021 (3) Year: 2021 (4) Contracting Office Zip Code: 20892 (5) Classification Code: 6515 (6) Contracting Office Address: 6710B Rockledge Drive Bethesda, MD 20892 (7) Subject/Title: NIDDK Healthy Moments Support (8) Proposed Solicitation Number: NIH – NICHD-2021-017 (9) Closing Response Date: 8/16/2021 (10) Contact Point: April N. Martin (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: (Background) (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 NIH – NICHD – 2021 – 017 and the solicitation is issued as a request for quote (RFQ). (iii) The solicitation document, the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-06 effective 12 JUL 2021. (iv) The associated NAICS code is 515111, Radio Networks, and the small business size standard is $41,500,000. The acquisition is being conducted in accordance with the procedures of FAR Part 12 and FAR Part 13.5. (v) The Contractor Requirements are listed below: Please see attached Statement of Work (SOW) (vi) Period of Performance: Base Period: August 29, 2021 – August 28, 2022 Option Period 1: August 29, 2022 – August 28, 2023 Option Period 2: August 29, 2023 – August 28, 2024 Option Period 3: August 29, 2024 – August 28, 2025 Option Period 4: August 29, 2025 – August 28, 2026 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, is applicable. Award will be made to the contractor providing the most advantageous proposal to the Government. See attached proposal instructions and evaluation criteria. (x) FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items, is applicable. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (p) of this provision. (xi) FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Including the following clauses and Prohibitions: i. 52.219-28, Post Award Small Business Program Representation ii. 52.222-3, Convict Labor iii. 52.222-21, Prohibition of Segregated Facilities iv. 52.222-26, Equal Opportunity v. 52.222.35, Equal Opportunity for Veterans vi. 52.222-36, Equal Opportunity for Workers with Disabilities vii. 52.222-37, Employment Reports on Veterans viii. 52.222-50 Combating Trafficking in Persons ix. 52.225-13, Restrictions on Certain Foreign Purchases x. 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (xiii) Additional Clauses i. FAR 52.217-9, Option to Extend the Term of the Contract ii. 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment iii. 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (xiii) Additional Contract Requirements: Please see the attached documents: Statement of Work (SOW), Proposal Instructions and Evaluation Criteria. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. (xv) Offers shall be submitted via www.sam.gov. (17) Place of Contract Performance: National Institute of Health, NIDDK 50 South Drive Building 50 Bethesda, MD 20892 (18) Set-aside Status: None