SOLICITATION NOTICE
66 -- Combined Synopsis/Solicitation Competitive: Acquire (1) PlateLoc Thermal Microplate Sealer
- Notice Date
- 3/19/2018
- 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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA-2018-00120
- Archive Date
- 4/10/2018
- Point of Contact
- Donna Morris, Phone: 301-496-2076
- E-Mail Address
-
donna.morris@nih.gov
(donna.morris@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Title: PlateLoc Thermal Microplate Sealer (i) This is a Combined Synopsis/Solicitation 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. (ii) The Solicitation Number is NIHDA-2018-00120 and the solicitation is issued as a Request for Quotation (RFQ). This requirement is a competitive total small business (SB) set-aside only. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items 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 2005-96, dated 11/6/2017. (iv) The associated NAICS code is 334516 and the size standard is 1000 employees. This requirement is competed using full and open procedures with Small Business set-aside restrictions. (v) The purpose of this procurement is to acquire one (1) PlateLoc Thermal Microplate Sealer. (vi) Generic Name of Product: Brand-Name Only Requirement: Agilent, PlateLoc Thermal Microplate Sealer, G5585AA Physical, Functional, and Performance Specifications: The Microplate Sealer should operate at 120V and fit microplates up to 51 mm. The air requirements are 70 LPM at 6.2 bar (2.5 cfm at 90 psi) [Clean, dry, oil-free]. Each cycle time should be approximately 8 seconds per plate and have a roll fed, thermal, seal that seals between 30 to 200°C. (vii) The delivery date will be on or before 4 weeks after receipt of award (ARO) and the delivery location will be: NCATS 9800 Medical Center Dr. Bldg B Rockville, MD 20850 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation represents the lowest price, technically acceptable offer. In addition, the following shall be used to determine technical acceptability: 1. Offeror's ability to deliver the item(s) as described above and by the delivery date specified in this solicitation. (b) 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) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation 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 proposing on an equal product 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. 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. All responses must be received by 2:00 PM Eastern Standard Time, Monday, March 26, 2018 and reference number NIHDA-2018-00120. Responses should be submitted electronically to Donna Morris at donna.morris@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone of the individual to contact for information regarding the solicitation: Donna Morris, (301) 496-2076.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA-2018-00120/listing.html)
- Place of Performance
- Address: NCATS, 9800 Medical Center Drive, Rockville, Maryland 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04858839-W 20180321/180319230956-70b79e7ec0b929eb07912fada7af4ba4 (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 |