75N95022Q00497

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Custom Production Basics laboratory benches and Metro Shelving storage shelving system
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

Scott
Bredow
scott.bredow@nih.gov
NAICS Code Number
337215
Showcase, Partition, Shelving, and Locker Manufacturing
Small Business Size Standard
500 Employees
FPDS Classification Code
7125 - Cabinets, Lockers, Bins, and Shelving
Delivery of Goods
16 Weeks After Receipt of Order
Competition Status
Non-Competitive
Vendor Name
Metro Shelving and Warehouse Products
Vendor Address
231-D E. Oak Ridge Drive, Hagerstown, MD 21740
Single-Sole Source Determination
The material or service must be compatible in all aspects (form, fit, and function) with existing systems presently installed. The current equipment are analytical instruments utilized in the purification, isolation, and analysis of compounds, and the new item/service must coordinate, connect, or interface with the existing system by meeting the height, depth, and weight requirements of current and future instrumentation and equipment to allow for the most efficient and productive setup and operation while maximizing available lab space.
Background/Description of Requirement

Date Quotation Due: All responses to this request for quote must be received by 3:00 PM Eastern Standard Time on August 10, 2022 and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above.  Fax responses will not be accepted.

IMPORTANT: This is a request for quotations. If you are unable to quote, please so indicate in a reply email to the point of contact cited herein.  This request does not commit the Government to pay any costs incurred in the preparation of the submission of a quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.

Description of Requirement:

The National Center for Advancing Translational Sciences (NCATS) is in need of custom Production Basics laboratory benches and Metro Shelving storage shelving system for use by the Analytical Chemistry Core (ACC) within the Division of Preclinical Innovation (DPI) at NCATS.  As DPI has continued to grow in size expanding programs and initiatives, there has been an increased demand for analytical chemistry support and resources, as well as increased capabilities. While the ACC has been able to acquire needed instrumentation and equipment, the amount of laboratory space has not increased. As such, NCATS has been renovating existing lab areas to be more efficient in the utilization of space and accommodate all instruments, equipment, lab apparatus, and consumables within this limited space. This involves having custom laboratory benches and storage shelves to meet their specifications within the Chiral Separation Lab and the A Lab Instrument Room. Therefore, NCATS requires the purchase of custom Production Basics Laboratory Benches and Metro Shelving Storage System.

General Requirements:

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 deliver the products described below:

Purchase Description:

Custom Production Basics Laboratory Benches and Metro Shelving Storage System

Salient characteristics:

  1. Chiral Lab – 5 ft Bench
    1. 3055 – RTW frame for 30x60 surface
    2. 8971 – RTW table 4” caster set
    3. 8270 – Leg adjusters for casters
    4. Q4964G – 30x60x1 black phenolic surface with bullnose edge
    5. 8536 – 60” uprights, pair
    6. Q4895R – 16x60 phenolic shelf
    7. 8677 – 60” mounting bar
    8. 8635 – Flat screen monitor bracket
    9. 8323 – 60” power rail, 15 amp, 8 outlets
    10. 8681 – Keyboard, mouse slide tray
    11. Q4895E – 15x60 phenolic undershelf
  2. Chiral Lab – 4 ft Bench
    1. 3050 – RTW frame for 30x48 surface
    2. 8971 – RTW table 4” caster set
    3. 8270 – Leg adjusters for casters
    4. Q4964F – 30x48x1 black phenolic surface with bullnose edge
    5. 8536 – 60” uprights, pair
    6. 8676 – 48” mounting bar
    7. Q4895N – 15x48 phenolic shelf
    8. 8320 – 48” power rail, 15 amp, 6 outlets
    9. 8608 – Double 3” drawer unit
    10. 8611 – 12” drawer unit
    11. 8840 – Suspended drawer unit, (6) 3” drawers
  3. A2 Instrument Lab – 5 ft Bench
    1. 3055 – RTW frame for 30x60 surface
    2. 8971 – RTW table 4” caster set
    3. 8270 – Leg adjusters for casters
    4. Q4964G – 30x60x1 black phenolic surface with bullnose edge
    5. 8536 – 60” uprights, pair
    6. 8677 – 60” mounting bar
    7. Q4895R – 16x60 phenolic shelf
    8. 8323 – 60” power rail, 15 amp, 8 outlets
    9. 8601 – Writing shelf / 3” drawer
    10. 8614 – Double 6” drawer unit
    11. 8611 – 12” drawer unit
    12. Q4962A – 24x60x1 black phenolic surface
    13. Q2744D5 – Custom undershelf support
  4. A2 Instrument Lab – 6 ft Bench
    1. 3060 – RTW frame for 30x72 surface
    2. 8971 – RTW table 4” caster set
    3. 8270 – Leg adjusters for casters
    4. Q4964J – 30x72x1 black phenolic surface with bullnose edge
    5. 8536 – 60” uprights, pair
    6. 8678 – 72” mounting bar
    7. Q4895P – 15x72 black phenolic shelf
    8. 8678 – 72” mounting bar
    9. 8635 – Flat screen monitor bracket
    10. 8326 – 72” power rail, 15 amp, 8 outlets
    11. Q5285B – 24x72x1 black phenolic surface
    12. Q2744B5 – Custom undershelf support
  5. A2 Instrument Lab – 3 ft Bench
    1. 3033 – RTW frame for 24x36 surface
    2. 8971 – RTW table 4” caster set
    3. 8270 – Leg adjusters for casters
    4. Q4964K – 24x36x1 black phenolic surface with bullnose edge
    5. 8536 – 60” uprights, pair
    6. 8319 – 36” power rail, 15 amp, 6 outlets
    7. Q2744F5 – Custom undershelf support
    8. Q5337N – 18x36x1 black phenolic surface
  6. A2 Instrument Lab – Bottom Track Shelving System
    1. BTEC – End Kit for Bottom Track
    2. BTS8NA – 8’ Track
    3. BTMC – Mobile Kit for Bottom Track
    4. A1842NC – Super Adjustable Wire Shelf, 18” x 42”
    5. L18N-4C – 4” High Ledge for 18” Wide Shelf
    6. A2142NC – Super Adjustable Wire Shelf, 21” x 42”
    7. L21N-4C – 4” High Ledge for 21” Wide Shelf

Quantity: One (1) each per product #1a-f, 1i, 1k, 2a-f, 2h-k, 3a-f, 3h, 3j-m, 4a-h, 4j-l, 5a-h, and 6a-b; two (2) each per product #1g, 1j, 2g, 3g, 3i, and 4i; three (3) each per product #6c; four (4) each per product #1h; ten (10) each per product #6f; fifteen (15) each per product #6d; twenty (20) each per product #6g; thirty (30) each per product #6e listed in salient characteristics

Delivery or Deliverables:

The contractor shall provide the products within sixteen (16) weeks after award.

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 Unique Identity ID
  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:

Contract Type:

A Fixed-Price type of Purchase Order award not exceeding the Simplified Acquisition Threshold is anticipated for any contract resulting from this requirement. The anticipated award date is August 25, 2022.

Place of Manufacture:

The offeror shall state the place of manufacture when submitting a quotation in response to this Request for Quotations.

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. The provisions of FAR Clause 52.212-1 Instructions to Offerors—Commercial Items (Jun 2020) is applicable to this solicitation.
        2. The provisions of FAR Clause 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:
                1. Technical capability of the product offered to meet the Government requirement;
                2. Price; and
                3. Past performance [see FAR 13.106-2(b)(3)].
        3. The provisions of FAR Clause 52.212-3, Offeror Representations and Certifications—Commercial Items (Feb 2021), is applicable to this solicitation.
        4. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items (OCT 2018) with Addenda: Stop Work Order, FAR Clause 52.242-15 (August 1989) is applicable to this solicitation.
        5. The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items (May 2022) is applicable to this solicitation:

52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Sep 2021)

52.219-28 Post Award Small Business Program Rerepresentation (Sep 2021) (15 U.S.C. 632(a)(2)). May require contractor completion.

52.222-3 Convict Labor (Jun 2003)

52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2022)

52.222-21 Prohibition of Segregated Facilities (Apr 2015)

52.222-26 Equal Opportunity (Sep 2016)

52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020)

52.222-50 Combating Trafficking in Persons (Nov 2021)

52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020)

52.225-1 Buy American-Supplies (Nov 2021)

52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018)

In addition, the following FAR provisions 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).

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 (Nov 2021)
  2. FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  3. Invoice Instructions Without IPP

DELIVERY DATE:  Three (3) weeks after award. Inspection and acceptance will be performed at NCATS located at 9800 Medical Center Drive, Rockville, MD 20852.  A firm fixed price type order is anticipated to be awarded as a result of this RFQ.

SUMMARY STATEMENT:

Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision.  Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.

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.