The RFP Database
New business relationships start here

Laundry and Linen Service


Maryland, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

INTRODUCTION
This is a Combined Synopsis/Solicitation (CSS) for commercial items 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items.
The solicitation number is HHS-NIH-NIDA(AG)Q200001 and the solicitation is issued as a competitive acquisition.
ACQUISITION AUTHORITY
This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5-Test Program for Certain Commercial Items.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-01, effective October 10, 2019.
ANTICIPATED CONTRACT TYPE
A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The associated NAICS code for this requirement is 812332 with size standard of $41.5 Million.
PURPOSE AND OBJECTIVES
The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the NIA provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard.
One of the IRP's program activities includes the Clinical Research Core (CRC) part of the NIA Clinical Unit within the Office of the Scientific Director. The CRC seeks to elucidate normative values and separate normal aging findings from disease states. The CRC's goal is to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the Intramural Research Program. The CRC performs research in various protocol studies that have direct clinical applications to aging and disease states. Participants in the various protocols may spend one or more days in the Clinical Unit participant rooms. Therefore, clean linens are required for exams and participants' overnight stays.
The CRC has 13 beds in addition to 2 exam rooms and 8 treatment rooms. The clinical unit has an average weekly population of approximately 50 participants per week. The average bed turnover rate will be 3-4 beds every 2-3 days and the treatment and exam rooms every 2-3 hours for 6 hours each day.

PROJECT REQUIRMENTS
Refer to attached Statement of Work
PLACE OF PERFORMANCE
The place of performance shall be the National Institute on Aging location at 3001 S. Hanover St., Baltimore, MD 21225.
Anticipated Period of Performance
Base Year - January 1, 2020 - December 31, 2020
Option Year 1 - January 1, 2021 - December 31, 2021
Option Year 2 - January 1, 2022 - December 31, 2022
Option Year 3 - January 1, 2023 - December 31, 2023
Option Year 4 - January 1, 2024 - December 31, 2024


GOVERNMENT RESPONSIBILITIES
This CSS is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice.
A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.
Responses to this CSS must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: 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.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
In addition, the Dun & Bradstreet Number (DUNS), 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.
EVALUATION CRITERIA
Responses received to this CSS will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the LPTA process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable."
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at fred.ettehadieh@nih.gov by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA(AG)Q200001. Facsimile responses are NOT accepted.


Fred Ettehadieh, Contracting Officer, Email fred.ettehadieh@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP