This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12 6 as accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. All responsible sources may submit a quotation which, if timely received, will be considered by the Agency. Contract will be evaluated on Low Price Technically Acceptable (LPTA).
The NAICS code for this contract will be 492110. NHRC requires that all contractors doing business with the Acquisition Office must be registered with System for Award Management (SAM). No award can be made unless the vendor is registered in SAM. For additional information and to register to SAM, please access the following website: https://www.sam.gov/. In order to register with SAM and be eligible to receive an award from this Acquisition Office, all offerors must have a DUN & Bradstreet Number. A DUN & Bradstreet Number may be acquired free of charge by contacting DUN & Bradstreet online at https://dnb.com/products/eupdate/requestOptions.html or by phone at (800) 333- 0505.
Items are being requested for use in laboratories at Naval Health Research Center (NHRC) in San Diego. Items will be shipped locally, internationally as well within the continental United States.
The quote should include all applicable shipping and handling costs. As NHRC is a Government facility, no sales tax will be paid. Please reference N63116-25-Q-0533 on all quotes. All quotes must include the Company Name, Full Address, CAGE Code and Point of Contact information including Name, Phone Number and E-Mail address. All invoices for this order will be submitted electronically through Procurement Integrated Enterprise Environment (PIEE) - Wide Area Work Flow (WAWF).
Description:
Local and continental shipping: Shipping service contract for pickup and delivery of both ambient and cold shipments which include, but are not limited to primers and probes, reagents, materials, consumables and Category B shipments to be shipped internationally and within the continental United States.
Deliverables
- Courier company must be able to ship locally, internationally as well within the continental United States
- Courier must offer guaranteed delivery times (e.g., same-day, ground, priority/standard overnight, first overnight, international)
- Courier company must be able to ship dangerous goods such as dry ice
- Flexible scheduled pick- up service must be an option
- Deliveries must be scheduled M-F, before 3:00 PM
- Courier Company must be able to provide real-time updates on package location
- Account must have admin and multiple end users
- Scheduled packages delivered to the multiple addresses using one shipping account number.
- Shipping label sleeves will be provided
- Size, weight, location, and distance for items being shipped will vary
Base Access
This contract will require base access for all personnel maintaining equipment. NHRC OID delivery hours: couriers and other commercial delivery companies must be able to access Naval Base Point Loma (NBPL) + multiple offsite secure access locations independently, to deliver and/or pickup shipments according to the schedule below.
In order to access Naval Health Research Center at Naval Base Point Loma, service providers will need to be enrolled in the Defense Biometric Identification System (DBIDS). Providing registration information is voluntary. However, failure to provide Social Security Number and Driver's License Number or other acceptable identification may result in a denial of access. Additional information on the Defense Biometric Identification System (DBIDS) can be found at https://dbids-global.dmdc.mil/enroll#!/
Monday - Thursday
8:00AM - 3:00PM
Closed on weekends.
Federal holidays observed.
Period of Performance: Award Date – 9/30/2025.
Attachments (In the Quotations/FBO Files folder): Requirements.pdf
Primary Point of Contact: Nick Clarke
Secondary Point of Contact: Gaye Jordan