Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 29, 2017 FBO #5850
SOLICITATION NOTICE

66 -- Nano Immunoassay System - (Draft)

Notice Date
11/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-1882791
 
Archive Date
12/26/2017
 
Point of Contact
Kim Brown-Selig, Phone: 4063759840, Barbara D Horrell, Phone: 406-363-9489
 
E-Mail Address
kim.brown-selig@nih.gov, horrellb@niaid.nih.gov
(kim.brown-selig@nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-5 (11/2017) FAR 52-212-4 FAR 52-212-1 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-RML-C-1882791 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) 2005-96 November 2017. The North American Industry Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. This is a total small business set aside. The acquisition is being competed full and open. The National Institute of Allergy and Infectious Diseases (NIAID) is seeking to purchase: •A fully automated size based separation and nano-immunoassay platform using a capillary based protein analyses to separate charge or protein ranging in size from 2-440 kDa •Must be a complete stand-alone system to include instrument, computer, and analysis software •10 seat license for software to set-up assay protocols and analyze run data •Capacity to run to at least 25 samples simultaneously in approximately 3 hours resulting in quantitative, size-based data to include total protein •Must be able to obtain high throughput results from approximately 3ul of sample per capillary •Bench-top footprint must not exceed 36 cm H x 36cm W x57cm D •On-site, hands on training plus any training supplies/consumables for up to 3 people by qualified personnel (to include time and travel) •Trade in credit for one Kodak Image station, 4000MM Pro must be stated on the quote •Shipping costs must be stated on the quote •Warranty must be stated on the quote FOB: Hamilton, Montana 59840 Place of Performance: Rocky Mountain Laboratories Laboratory of Bacteriology, Salmonella Host-Cell Interactions Section 903 South 4th Street Hamilton, MT 59840 The government intends to award a firm fixed price purchase order to a 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 following: capability to meet the technical requirements, price, delivery, the best value to the government and past performance. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) 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 - (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 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 12/11/2017, 9:00 a.m. Mountain time Offers may be e-mailed to Kim Selig, (kim.brown-selig@nih.gov), or faxed to 406-363-9288. Late submissions 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 e-mail to, Kim Selig (kim.brown-selig@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1882791/listing.html)
 
Place of Performance
Address: Rocky Mountain Labs, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04749176-W 20171129/171127230858-7a1d9af55a6075efb0acdb88554f0167 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.