Search Contract Opportunities

Compliance and Performance Specification Testing for incinerator systems

Type: Synopsis Solicitation • ID: RFQ-NIAID-2158656
By the Time It's in SAM, It's Probably too Late

Find opportunities months earlier with HigherGov forecasts

Free Trial Schedule Demo

Description

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 Streamlined Procedures for Evaluation and solicitation for commercial Items, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-2158656 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 dated 3/16/2023.

The North American Industry Classification System (NAICS) code for this procurement is NAICS 541380 Testing Laboratories and Services (Size Standard $19.0 in millions). The requirement is being competed as full an open competition, and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) Rocky Mountain Laboratories (RML), requires compliance and performance specification (PS) testing at the Hamilton, Montana facility. Compliance testing will include conducting visible emissions evaluations (VEE) to determine the opacity of the Building 23 Incinerator exhaust stack as well as conducting a thermocouple audit on six (6) thermocouples. PS testing will include conducting a relative accuracy test audit (RATA) to determine the relative accuracy (RA) of the oxygen (O2) and carbon monoxide (CO) continuous emissions monitoring system (CEMS) serving the Building 23 Incinerator. The proposed Vendor understands that testing is required to demonstrate compliance the Montana Department of Environmental Quality (MTDEQ) Air Operating Permit No. 2991-07 and the Montana Air Quality Permit (MAQP) Title V Permit No. OP-2991-03, 40 CFR 60, Appendix B, PS 2 and PS 4A, and 40 CFR 62, Subpart HHH.

See attached Statement of Work (SOW) for more details.

The Contractor shall provide all necessary parts and equipment necessary to perform the services. NIH-RML shall not be responsible for any additional charges, fees, cleanup costs, equipment contamination costs, etc. incurred by the Vendor.

Period of Performance:

The Vendor shall coordinate with Program to schedule the inspections and complete them during the months of April-May 2023.

Place of Performance: Rock Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States.

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the technical capability to meet the requirements and price. NIAID will evaluate quotes to determine the best value to the government. NIAID will evaluate price only for those quotes, which are rated as technically acceptable. In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (MAR 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (DEC 2022)

FAR 52.204-7 System for Award Management (OCT 2018)

(Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements Representation (JAN 2017)

52.204 26 Covered Telecommunications Equipment or Services-Representation

(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (DEC 2022)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAR 2023)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.204-13 System for Award Management Maintenance (Oct 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

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 address: http://farsite.hill.af.mil/vffara.htm.

By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than March 27, 2023 @ 4:00 EST

Offers may be emailed to Lu Chang at <lu-chang.lu@nih.gov> by 4:00 pm eastern standard time March 27, 2023. Offers shall include RFQ number in the subject line (RFQ-NIAID-2158656). Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via email to Lu Chang at lu-chang.lu@nih.gov.

Overview

Response Deadline
March 27, 2023, 4:00 p.m. EDT Past Due
Posted
March 17, 2023, 5:13 p.m. EDT
Set Aside
None
Place of Performance
Hamilton, MT 59840 USA
Source
SAM

Current SBA Size Standard
$19 Million
Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
On 3/17/23 National Institutes of Health issued Synopsis Solicitation RFQ-NIAID-2158656 for Compliance and Performance Specification Testing for incinerator systems due 3/27/23. The opportunity was issued full & open with NAICS 541380 and PSC 6635.
Primary Contact
Name
Lu Chang   Profile
Phone
(240) 627-3034

Documents

Posted documents for Synopsis Solicitation RFQ-NIAID-2158656

Contract Awards

Prime contracts awarded through Synopsis Solicitation RFQ-NIAID-2158656

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation RFQ-NIAID-2158656

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation RFQ-NIAID-2158656

Additional Details

Source Agency Hierarchy
HEALTH AND HUMAN SERVICES, DEPARTMENT OF > NATIONAL INSTITUTES OF HEALTH > NATIONAL INSTITUTES OF HEALTH NIAID
FPDS Organization Code
7529-00310
Source Organization Code
100188096
Last Updated
April 11, 2023
Last Updated By
luc5@nih.gov
Archive Date
April 11, 2023