22-009285

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Bicycle Lockers/Racks
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Randall
Carter
randall.carter@nih.gov
NAICS Code Number
337215
Showcase, Partition, Shelving, and Locker Manufacturing
Small Business Size Standard
500
FPDS Classification Code
2340
Delivery of Goods
3 months after receipt of completed purchase order
Competition Status
Non-Competitive
Vendor Name
Turtle Storage
Vendor Address
P.O. Box 7359
Ventura, CA 93006
Single-Sole Source Determination
Acquisition Authority: This acquisition is conducted under the authority of Federal Authority Regulation (FAR) Part 13 - Simplified Acquisition Procedures, Subpart 13. 106-1 (b)(1 ), Soliciting from a single source and is not expected to exceed the Simplified Acquisition threshold. Contracts awarded using FAR Part 13- Simplified Acquisition Procedures and at a dollar value less than the simplified acquisition threshold are exempt from the requirements of FAR Part 6- Competition Requirements.

This notice of proposed acquisition is posted as an intent to award a purchase order on a non-competitive basis to Turtle Storage for the secure storage of bicycle lockers for CARDS (Center Alzheimer's Disease and Related Card) staff and visitors. The essential characteristics of Turtle Storage Model#301 Bike-Shell locker 3 limit the availability to a sole source is the coordination of existing bike lockers on NIH campus. Only this suggested source can furnish the requirements, to the exclusion of other sources, because this proprietary equipment is sold only by one vendor.
Background/Description of Requirement

This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 – Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2202-06 dated May 26, 2022.

A Firm Fixed Price (FFP) Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated from any contract resulting from this requirement. 

The National Institute on Aging (NIA) Center Alzheimer’s Disease and Related Card needs Secure bicycle storage to give staff and visitors accessible storage for their personal transportation.

Period of Performance:

3 months after completed purchase order.

Scope of Work:

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 Statement of Work below:

Specific Requirements:

Item Description

Quantity

Cat no

Model #301P Bike-Shell Bike Locker

8

301P

Packing materials

1

FREIGHT

Freight lift gate

1

FREIGHT

Installation

1

INSTALL

 Salient characteristics:

Model #301P Bike-Shell Bike Locker - Molded one-piece fiberglass composite, wedge shape design (no assembly required); includes all installation hardware. Maximum handle bar width is 30". Maximum bicycle height is 43".

- Bicycle Capacity: 1 bike capacity per locker.

- Dimensions: 49" H X 30" WF X 4" WB X 72" L

Options:

- Locking System: PN#010: Stainless Steel Padlock/U-Lock Handle Lock

replaces standard lock. Padlocks/U-Locks not included

 

All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. Contractor  must be able to provide these specifications for the bicycle lockers:

Must be assembled at manufacturer, negating the need for assembly upon delivery
Must be composed of fiberglass reinforced plastic
Must has flexibility to be grouped without common walls between individual lockers.
Must be easily relocated after initial installation.  
Must provide a tensile strength of 18,000 psi.  
Must be one piece with no external or initial frame and no seams or joints on tops or side walls

Must use material that can withstand over 300 lb/sqft on roof and 200 lb/sqft on walls/door.

Must use a continuous door hinge that is rust proof

Must provide fasteners that are zinc plated or better.

Must anchor on all four corners thru base flanges using expansion anchors.

Must provide stainless steel padlock/u-lock handle locking mechanism.

Delivery or Deliverables:

​​​ Manufacturer warranty for one calendar year beginning date of receipt.

Travel:

The principal place of performance is the vendor’s work site. Travel for contractor employees will not be necessary.

Key Personnel:

Vendor shall provide a dedicated project manager to the government as a point of contact for the services.

Data Rights: 

Not Applicable

Publications and Publicity:

Not Applicable

Confidentiality of Information:

Not Applicable

Quoter Terms and Conditions (To be completed by the Offeror):

1.    Period of Performance OR Delivery Date After Receipt of Order:
2.    Shipping Point (F.O.B. OR Destination):
3.    Payment Discount Terms:
4.    NIH BPA Number
5.    SAM UEI No:

6.    Name of Company:
7.    Street Address, City, State, Zip code:

8.    Name of Person Authorized to Provide Quote:
9.    Telephone Number and Email Address of Person Authorized to Provide Quote:

Additional Terms and Conditions, Provisions, and Representations:

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

1. FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.

2. FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]

3. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation 

4. 4. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.

5. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (January 2022) is applicable to this solicitation. See attachment. 

In addition, the following FAR provisions and clauses are applicable to this solicitation and incorporated by reference: 

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

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

52.204-16 Commercial and Government Entity Code Reporting (Aug 2020), 

52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),

HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit a completed copy as a separate document with their quotation.

1. FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
2. FAR 52.204-26, Covered Telecommunications Equipment or Services Representation (Oct 2020)
3. NIH Invoice and Payment Provisions

All responses must be received by August 15, 2022 at 9am EST and must reference announcement / solicitation number 22-009285. Responses may be submitted electronically to Randall Carter (Randall.carter@nih.gov).  Fax responses will not be accepted.

 

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.

All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.