(i) This is a combined synopsis/solicitation for commercial products and commercial services 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 75N95025Q00093 and the solicitation is issued as a request for quotation (RFQ).
This acquisition is for a commercial product or commercial service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Products and Commercial Services and is not expected to exceed the simplified acquisition threshold.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-03, with an effective date January 17, 2025.
(iv) The associated NAICS code is 811210 and the small business size standard is $34.0 million. This requirement has no set-aside restrictions.
(v) This requirement is for the following services: Service agreement for the National Institute on Aging (NIA) Delta V Plus MS (Hi Pace, CNOS +HD) SN 09814D.
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 as per the requirement of the Statement of Work (SOW) (attached).
(vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated period of performance service dates: Base Year: 3/25/2025 – 3/24/2026. Option Year 1: 3/25/2026 – 3/24/2027. Option Year 2: 3/25/2027 – 3/24/2028.
(vii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far
https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
https://www.acquisition.gov/caac-letters
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
FAR 52.204-7 System for Award Management (Nov 2024)
52.204-8, Annual Representations and Certifications (Jan 2025) (DEVIATION Feb 2025) See CAAC Letter 2025-01: CAAC_Letter_2025-01_Supplement-1.pdf and CAAC_Letter_2025-02_Supplement-1.pdf
FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders - Representation and Disclosures (Dec 2023)
FAR 52.212-1 Instructions to Offerors--Commercial Items (Sep 2023)
FAR 52.212-3 Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025) CAAC_Letter_2025-01_Supplement-1.pdf and CAAC_Letter_2025-02_Supplement-1.pdf
FAR 52.217-5 Evaluation of Options (July 1990)
FAR 52.222-48 Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)
FAR 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Certification (MAY 2014)
HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
https://www.acquisition.gov/caac-letters
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
FAR 52.204-13 System for Award Management Maintenance (Oct 2018)
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.212-4 Contract Terms and Conditions- Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached.
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2025) (DEVIATION Feb 2025) Per CAAC Letters 2025-01 and 2025-02, FAR 52.222-21, Prohibition of Segregated Facilities and FAR 52.222-26 - Equal Opportunity will not be considered when making award decisions or enforce requirements
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
FAR 52.222-48 Exemption from Application of the Service Contract Labor
Standards to Contracts for Maintenance, Calibration, or Repair of Certain
Equipment-Certification (May 2014)
HHSAR 352.239-78, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION)
HHSAR 352.239-79, Information and Communication Technology Accessibility Notice (Feb 2024) (DEVIATION)
(viii) FAR DEVIATION STATEMENT: The CAAC Letter 2025-01-Supplement 1 and CAAC
Letter 2025-02-Supplement 1 are applicable to this acquisition.
System updates may lag policy updates. The System for Award Management (SAM)
may continue to require entities to complete representations based on provisions that
are not included in agency solicitations. Examples include 52.222-25, Affirmative Action
Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Contracting officers will
not consider these representations when making award decisions or enforce requirements. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. The mentioned CAAC Letters may be accessed electronically at this address: CAAC Letters | Acquisition.GOV.
The following invoice instruction is included and will be incorporated in the final award:
NIH Invoicing Instructions with IPP (Mar 2023)
(ix) The provision at FAR clause 52.212-2, Evaluation-Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.
(a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the service offered to meet the Government requirement; (ii) price; and (iii) past performance [see FAR 13.106-2(b)(3)].
Technical capability and past performance, when combined, are significantly more important than price.
(b) Options. The Government will evaluate offers for award purposes by adding the total
price for all options to the total price for the basic requirement. The Government may
determine that an offer is unacceptable if the option prices are significantly unbalanced.
Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (May 2024) (DEVIATION Feb 2025), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. See DEVIATION STATEMENT above regarding applicable CAAC Letters.
(xi) There are no additional contract requirements or terms and conditions applicable to this acquisition.
(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xiii) Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate for each labor category, breakdown and rationale for other direct costs or materials, and the total amount.
The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All quotations must be received by 3:00 p.m., EST on March 06, 2025, and reference Solicitation Number 75N95025Q00093. Responses must be submitted electronically to Fred Ettehadieh, Contracting Officer, at Fred.Ettehadieh@nih.gov.
Fax responses will not be accepted.