COMPLETE RFQ FORMATED AS DESIRED WITH TABLES AND TEMPLATES IN ATTACHMENTS (RFQ1431334 BAS) Subject: Request for Quote (RFQ) Distributed Digital Controls (DDC), Building Automation System (BAS) Maintenance and Upgrade Support (C108591) The National Institutes of Health (NIH), Office of Research Facilities (ORF) is issuing this competitive RFQ to solicit GSA Schedule contract holders for the purpose of entering into a Blanket Purchase Agreement (BPA). ORF will conduct this acquisition using Subpart 8.405-3 Blanket Purchase Agreements (BPAs) under the Federal Acquisition Regulation. If you are interested in this acquisition, you may participate by submitting your response in accordance with the following instructions. You will not be reimbursed for proposal cost. RFQ DUE DATE The due date for responses to this RFQ, shall be sent via email to the following email address: dan.rosenstengel@nih.gov on or before Thursday, June 4, 2020 at 2:00pm Eastern Time. APPROPRIATE GSA SCHEDULE The requirement will be competed among the GSA MAS Category 561210SB Smart Building Systems Integrator. All offerors shall verify in writing as part of their submission that their proposed solution is within the scope of their referenced GSA Schedule contract(s). Fixed rates shall include all costs and fees, including overhead and profits, and shall identify any reduction in Schedule rates offered. Quotes that fail to utilize pricing rates that are at or below schedules pricing rates may be deemed nonresponsive. RFI QUESTIONS Questions and clarification requests regarding this solicitation shall be submitted using the RFQ Questions Template (Attachment 3) via email to dan.rosenstengel@nih.gov by 12:00 PM ET on Tuesday, May 26, 2020. Questions must be submitted in the provided Excel format (not PDF). Questions with the Government's responses will be posted to the E-Buy System. Please be advised that the Government reserves the right to transmit those questions and answers of a common interest to all prospective Offerors. SUBMISSION REQUIREMENTS Your submission MUST cite the appropriate Schedule Contract Number in your quote submission along with your tax identification number (TIN) and Dun & Bradstreet Number (DUNS), North American Industrial Classification System (NAICS) and Standard Product Code. Please ensure that your firm is registered in SAM (System for Award Management) at www.sam.gov ASSUMPTIONS, CONDITIONS, OR EXCEPTIONS Offerors must submit, under separate cover, all (if any) assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation including the SOW. If not noted in this section of your quote, it will be assumed that the offeror proposes no assumptions for award and agrees to comply with all of the terms and conditions as set forth herein. Be advised that the contractor has an affirmative duty to seek clarification of a patent ambiguity. SUBMISSION OF "NO BID" RESPONSE REQUESTED Vendors are requested to provide notification that no quote will be provided with a rationale. This will assist NIH in increasing competition in future solicitations. PROPOSAL INSTRUCTIONS 1. FACTOR I TECHNICAL CAPABILITY Sub-factor 1- Management Approach and Technical Capabilities Sub-factor 2- Personnel Qualifications 2. FACTOR II PAST PERFORMANCE 3. FACTOR III ENVIRONMENTAL SUSTAINABILITY 4. FACTOR IV - PRICE Evaluation Factors (listed above) should be addressed separately and in the following format: TECHNICAL CAPABILITY (Volume 1a) - A detailed work plan shall be submitted indicating how each aspect of the contractor's proposed quote is to be accomplished. The technical approach should be in as much detail necessary to fully explain the proposed technical approach or method. The technical proposal must reflect a clear understanding of the nature of the work being undertaken. The technical proposal must include information on how the project is to be organized, staffed, and managed. Information should be provided which shall demonstrate your understanding and capability of important events or tasks. PAST PERFORMANCE (Volume 1b) - The Offeror shall identify three (3) contract awards with the Federal Government and/or commercial customers that demonstrate recent and relevant past performance. Recent is defined as within the last three years. Relevant is defined as work similar in complexity and magnitude of the work described in the attached Statement of Work (SOW). Include the following information: - Project title - Description of the project - Contract number - Contract amount - Government Agency/Organization - COTR's name, address, and phone number - Contracting Officer's name, address, and phone number - Contract and, if applicable, task order number - Current status, e.g., completed and/or if in progress, start and estimated completion dates - Type of contract - Name of company being referenced The Government may also consider information obtained through other sources. Past performance information will be utilized to determine the quality of the contractor's past performance as it relates to the probability of success of the required effort. ENVIRONMENTAL SUSTAINABILITY (Volume 1c) In accordance with FAR 23.1 (see below) please provide applicable pricing information to support information in the sustainable acquisition table below. For Items in the table that do not apply to this RFQ and therefore would not have dollar amount applicable to it please enter comments in the comment column. The vendor shall provide their input at your earliest opportunity. PRICING QUOTE (Volume 2) Your price quote shall be a separate volume from your technical quote. The Government anticipates that offerors will submit pricing quotations as Firm Fixed Price. The Government requests all applicable discounts. A request by the government for revised quotes may include a request for additional discounts. The pricing shall be segregated and identified as to base and each option period. Your cost quote shall be based on your current GSA Schedule contract labor rates, utilizing any and all discounts. The Offeror must identify the labor category(s) to be utilized for this effort, a description of the skills and experience per category, and the hourly rate(s) proposed, and any other proposed associated costs, for calculating the proposed cost for this effort. Subcontractor rate information shall also be included, if applicable. List all other direct costs necessary for the performance of this BPA. Price quotes shall include the following: 1) A price for each task (per year of effort), tasks organized into the proposed organization structure. 2) All other costs and the reductions or rebates offered. Offerors are encouraged to discount their labor rates. Other Direct Costs (ODCs). When submitting quotes under GSA Schedules, the offer should not include open market items with a total value exceeding $3,000 (travel and shipping excluded). Offerors should utilize teaming arrangements with other schedule holder(s) to provide a total solution where appropriate. If the quote includes subcontractor costs, the quote must include confirmation that the subcontractor effort is within the scope of the prime contractor's schedule and is proposed under the prime contractor's schedule labor categories and applicable rates. Any offer containing total open market costs exceeding $3,000 will not be considered. NIH expects that the offerors will provide pricing to address attachments (4,5,6) in the Price Proposal. There is no formal structure desired, however, it will help determine if the offeror has the knowledge and capability to perform the varied tasks associated with the effort. EVALUATION Quotes will be reviewed and evaluated in accordance with the evaluation criteria identified below: The technical factors: are in descending order of importance and when combined are more important than Price FACTOR I TECHNICAL CAPABILITY (Volume 1a) A. Management Approach and Technical Capabilities: Understanding of the work, including creativity and thoroughness shown in understanding the objectives of the SOW and specific tasks, and planned execution of the project to include a detailed phase-in and phase-out plan. Provide evidence of specific methods and techniques for completing each discrete task, to include such items as quality assurance, and customer-service. Provide evidence of institutional knowledge of methodologies and processes for working within AAALAC, JHCO and cGMP facilities/areas. Degree to which the offerors quote demonstrates an understanding of logistics and schedule. B. Personnel Qualifications The currency, quality and depth of experience of individual personnel in working on similar projects. Similar projects must convey similarity in topic, dollar value, workload, duration, and complexity. Appropriate mix and balance of education and training of team members provided. FACTOR II PAST PERFORMANCE (Volume 1b) The organizations history of successful completion of projects; history of producing high- quality reports and other deliverables; history of staying on schedule and within budget. The quality of cooperation and performance between your organization and its clients. The organization's specific past performance on prior similar efforts specified within this SOW. FACTOR III SUBSTAINABLE ACQUISITION (Volume 1c) Subpart 23.1Sustainable Acquisition Policy 23.101 Definition. As used in this subpart "Contract action" means any oral or written action that results in the purchase, rent, or lease of supplies or equipment, services, or construction using appropriated dollars, including purchases below the micro-purchase threshold. Contract action does not include grants, cooperative agreements, other transactions, real property leases, requisitions from Federal stock, training authorizations, or other non-FAR based transactions. 23.102 Authorities. (a) Executive Order 13423 of January 24, 2007, Strengthening Federal Environmental, Energy, and Transportation Management. (b) Executive Order 13514 of October 5, 2009, Federal Leadership in Environmental, Energy, and Economic Performance. (c) All of the authorities specified in subparts 23.2, 23.4, 23.7, 23.8, 23.9, and 23.10. 23.103 Sustainable acquisitions. (a) Federal agencies shall advance sustainable acquisition by ensuring that 95 percent of new contract actions for the supply of products and for the acquisition of services (including construction) require that the products are (1) Energy-efficient (ENERGY STAR) or Federal Energy Management Program (FEMP)-designated); (2) Water-efficient; (3) Bio-based; (4) Environmentally preferable (e.g., EPEAT-registered, or non-toxic or less toxic alternatives); (5) Non-ozone depleting; or (6) Made with recovered materials. (b) The required products in the contract actions for services include products that are (1) Delivered to the Government during performance; (2) Acquired by the contractor for use in performing services at a Federally- controlled facility; or (3) Furnished by the contractor for use by the Government. (c) The required products in the contract actions must meet agency performance requirements. (d) For purposes of meeting the 95 percent sustainable acquisition requirement, the term "contract actions" includes new contracts (and task and delivery orders placed against them) and new task and delivery orders on existing contracts. 23.104 Exceptions. This subpart does not apply to the following acquisitions: (a) Contracts performed outside of the United States, unless the agency head determines that such application is in the interest of the United States. (b) Weapon systems. 23.105 Exemption authority. (a) The head of an agency may exempt (1) Intelligence activities of the United States, and related personnel, resources, and facilities, to the extent the Director of National Intelligence or agency head determines it necessary to protect intelligence sources and methods from unauthorized disclosure; (2) Law enforcement activities of that agency and related personnel, resources, and facilities, to the extent the head of an agency determines it necessary to protect undercover operations from unauthorized disclosure; (3) Law enforcement, protective, emergency response, or military tactical vehicle fleets of that agency; and (4) Agency activities and facilities in the interest of national security. (b) If the head of the agency issues an exemption under paragraph (a) of this section, the agency must notify the Chair of the Council on Environmental Quality in writing within 30 days of the issuance of the exemption. (c) The agency head may submit through the Chair of the Council on Environmental Quality a request for exemption of an agency activity other than those activities listed in paragraph (a) of this section and related personnel, resources, and facilities. FACTOR IV PRICE QUOTE (Volume 2) The Government anticipates that offerors will submit pricing quotations as a Firm-Fixed Price. The Government will evaluate quotes for award purposes by adding the total price of all options to the total price for the basic requirement. Evaluation of the options will not obligate the Government to exercise the options. PERIOD OF PERFORMANCE: This BPA will be for a duration of (3) three years, with an estimated contract start date August 1, 2020. CONTRACT AWARD Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides an overall best value to the Government, technical, past performance and cost considered. The Government intends to evaluate proposals and make award without discussions. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. OTHER TERMS AND CONDITIONS 1. KEY PERSONNEL (a) The Contractor agrees to assign to each call order those key persons whose resumes were submitted as required to fill the requirements of the BPA. No substitution or addition of personnel will be made except in accordance with this clause. (b) The Contractor agrees that during the first six months of the BPA, no personnel substitutions will be permitted, unless such substitutions are necessitated by an individual's sudden illness, death, or termination of employment. In any of these events, the Contractor must promptly notify the Contracting Officer/COR and provide the information required by paragraph (d) below. (c) If key personnel, for whatever reason, become unavailable for work under this BPA for a continuous period exceeding thirty (30) working days, or are expected to devote substantially less effort to the work than indicated in its Quote, the Contractor must propose a substitution of such personnel, in accordance with paragraph (d) below. (d) All proposed key personnel substitutions must be submitted, in writing, to the Contracting Officer/COR at least fifteen (15) calendar days prior to the proposed substitution. Each request must provide a detailed explanation of the circumstances necessitating the proposed substitution, a complete resume for the proposed substitute and any other information required by the Contracting Officer to approve or disapprove the proposed substitution(s). Resumes for key personnel substitutions must be submitted in Contractor format. All proposed substitutes (no matter when they are proposed during the performance period) must have qualifications that are equal to or higher than the qualifications of the person being replaced. (e) In the event the Contractor designates additional key personnel as deemed appropriate for the requirement, the Contractor must submit to the Contracting Officer for approval the information required in paragraph (d) above. (f) The Contracting Officer will evaluate requests for substitution and addition of personnel and promptly notify the Contractor, in writing, whether a request is approved or disapproved. (g) If the Contracting Officer determines that suitable and timely replacement of key personnel who have been reassigned, terminated, or have otherwise become unavailable to perform under the BPA is not reasonably forthcoming, or that a resultant reduction of productive effort would impair the successful completion of the BPA call order, the call order may be terminated by the Contracting Officer for default or for the convenience of the Government, as appropriate. Alternatively, at the Contracting Officer's discretion, if the Contracting Officer finds the Contractor to be at fault for the condition, she may equitably adjust (downward) the call order price to compensate the Government for any delay, loss or damage as a result of the Contractor's action. 2. STANDARDS OF CONDUCT (a) The Contractor will be responsible for maintaining satisfactory standards of employee competency, conduct, appearance, and integrity. The Contractor is also responsible for ensuring that its employees and those of its subcontractor(s) do not disturb papers on desks, open desk drawers or cabinets, use Government telephones, except as authorized, or otherwise jeopardize the security and the privacy of Government employees, its clientele, and the contents and property of the federal building(s) in which the call order work is performed. Each employee or supervisor of the Contractor is expected to adhere to standards of behavior that reflect credit on themselves, their employer, and the Federal Government. (b) The Contractor will be responsible for taking such disciplinary action, including suspension without pay or removal from the worksite, with respect to its employees, as may be necessary to enforce those standards. (c) Where applicable, the requirements of this clause must be expressly incorporated into subcontract(s) and must be applicable to all subcontractor employees who may perform recurring services or work at the federal building and grounds of this BPA. (d) The Government retains the right to permanently remove any employee of the Contractor from performing duties assigned under this BPA at the federal building should the employee's performance so warrant. The Government will request the Contractor to immediately remove any employee of the Contractor from the federal building/work-site should it be determined by the Contracting Officer that the individual employee of the Contractor is "unsuitable" for security reasons or for otherwise being found to be unfit for performing his assigned duty at a federal building. The following areas (not all-inclusive) are considered justification for requesting the Contractor to immediately remove an employee from a federal building/work site: (i) Neglect of assigned duty and refusing to render assistance or cooperate in upholding the integrity of the security programs at the worksite; (ii) Falsification or unlawful concealment, removal, mutilation, or destruction of any official documents or records, or concealment of material facts by willful omissions from official documents or records; (iii) Disorderly conduct, use of abusive or offensive language, quarreling, intimidation by words or actions, or fighting; participation in disruptive activities which interfere with the normal and efficient operations of the Government; (iv) Theft, vandalism, immoral conduct, or any other criminal actions; (v) Selling, consuming, or being under the influence of intoxicants, drugs, or controlled substances which produce similar effects; (vi) Improper use of official authority or credentials, as a supervisor or employee of the Contractor; (vii) Violation of agency and Contractor security procedures and regulations; and (viii) Violation of the rules and regulations governing federal public buildings and grounds, set forth in 41 CFR Subpart 101-20.3 Conduct on Federal Property. (e) Following a recommendation from an agency program official or security officer, the Contracting Officer will make all determinations regarding the removal of any employee of the Contractor from and denial/termination of clearance and access to the federal building worksite for non-performance, misconduct, or failure to abide by all laws and regulations. The Contracting Officer will verbally inform the Contractor about the employee, followed by a written confirmation or determination. Specific reasons for the removal of an employee will be provided to the Contractor in writing. In the event of a dispute, the Contracting Officer will make a final determination. (f) Upon a determination of the Government that an employee of the Contractor be removed from or denied access to a federal building worksite, the employee's clearance and access to the federal building must be immediately revoked or otherwise terminated. Furthermore, if applicable, the building pass and/or other access device(s) previously given to the employee must be immediately surrendered, returned, or delivered to the security officer of the federal building. 3. COOPERATION WITH OTHER ON-SITE CONTRACTORS (a) When the Government undertakes or awards other contracts for additional work at the facilities, the Contractor must: (1) fully cooperate with the other Contractors and Government employees, and (2) carefully fit its own work to such other additional contracted work as may be directed by the COR. The Contractor must not commit or permit any act that will interfere with the performance of work awarded to another Contractor or with the performance of other Government employees. (b) In any case where, in the course of fulfilling the call order requirements, the Contractor disturbs any work guaranteed under another separate contract, the Contractor must restore such disturbed work to a condition satisfactory to the COR and guarantee such restored work to the same extent as it was guaranteed under the other contract. Non-Personal Services and Inherently Government Functions Pursuant to FAR 37.1, no personal services shall be performed under this BPA. All work requirements shall flow only from the Contracting Officer's Representative (COR) to the Contractor's Order Lead. No Contractor employee will be directly supervised by the Government. All individual employee assignments, and daily work direction, shall be given by the applicable employee supervisor. If the Contractor believes any Government action or communication has been given that would create a personal services relationship between the Government and any Contractor employee, the Contractor shall promptly notify the Contracting Officer of this communication or action. Pursuant to FAR 7.5, the Contractor shall not perform any inherently governmental actions under this BPA. No Contractor employee shall hold him or herself out to be a Government employee, agent, or representative. No Contractor employee shall state orally or in writing at any time that he or she is acting on behalf of the Government. In all communications with third parties in connection with this agreement, Contractor employees shall identify themselves as Contractor employees and specify the name of the company for which they work. In all communications with other Government contractors in connection with this agreement, the Contractor employee shall state that they have no authority to in any way change the agreement/call order. If the contractor believes this communication to be a direction to change their order, they should notify the Contracting Officer for that order and not carry out the direction until a clarification has been issued by the Contracting Officer. The Contractor shall insure that all its employees working on this BPA are informed of the substance of this article. Nothing in this article shall limit the Government's rights in any way under the other provisions or clauses of the BPA, including those related to the Government's right to inspect and accept the services to be performed under this agreement. The substance of this article shall be included in all subcontracts at any tier. Confidential Treatment of Sensitive Information The Contractor shall guarantee strict confidentiality of the information/data that it is provided by the Government during the performance of the BPA and all Call Orders. The Government has determined that the information/data that the Contractor will be provided during the performance of the agreement is of a sensitive nature. Disclosure of the information/data, in whole or in part, by the Contractor can only be made after the Contractor receives prior written approval from the Contracting Officer. Whenever the Contractor is uncertain about the proper handling of information/data under the agreement, the Contractor shall obtain a written determination from the Contracting Officer. FAR Provisions/Clauses This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 effective July 12, 2019. FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 this/these address(es): https://www.acquisition.gov/browsefar FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998) 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 this/these addresses: https://www.acquisition.gov/browsefar 52.204-7 System for Award Management (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (Jul 2016) 52.209-7 Information Regarding Responsibility Matters (OCT 2018) 52.212-4 Contract Terms and Conditions -- Commercial Items Alternate I (Jan 2017) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Mar 2020) 52.217-8 Option to Extend Services (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor prior to the expiration of the period of performance. 52.217-9 Option to Extend the Term of the Contract (MAR 2000) (a) The Government may extend the term of this contract by written notice to the Contractor prior to contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 calendar days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 3 years, 6 months. HHSAR Part 352Solicitation Provisions & Contract Clauses 352.203-70 Anti-Lobbying (December 18, 2015) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (December 18, 2015) 352.223-70 Safety and Health. (December 18, 2015) 352.237-75 Key Personnel. (December 18, 2015) Attachment(s) 1. SOW BAS Project 2. SCA Wage Determination 3. RFQ Questions Template 4. NIH Meters 2019 2020 5. Animal Facility Rooms for Siemens 2020 6. Differential Pressure Sensor APFs Annual 7. CLIN Price Template - used to submit Firm Fixed Price line items 14