Anticipated Period of Performance: Compounds and associated information must be delivered within four (4) weeks following Contractor receipt of the barcoded vials provided by NCATS and installment shipping is acceptable.
Place of Performance:
9800 Medical Center Drive
Rockville, Maryland 20850
Contract Type: The Government intends to issue a firm fixed price purchase order for this requirement. There will not be up-front payment options for this requirement.
Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov
The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition.
The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition.
A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management.
FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition.
FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
Award Criterion:
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.
Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision.
All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All questions must be received by December 10, 2015, 2015 at 8:00AM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-13. Responses may be submitted electronically to Andrea McGee, Contract Specialist at [email protected].
All responses must be received by December 17, 2015, 2015 at 4:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-13. Responses may be submitted electronically to Andrea McGee, Contract Specialist at [email protected].
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."