Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 25, 2018 FBO #5997
SOLICITATION NOTICE

65 -- Seradigm Premium Grade Fetal Bovine Serum (FBS) - J&A - FAR 52 212 5

Notice Date
4/23/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) 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
NIAID-RFQ18-1901294
 
Archive Date
5/8/2018
 
Point of Contact
Bradley C. Engel, Phone: 301-761-6795
 
E-Mail Address
brad.engel@nih.gov
(brad.engel@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52 212 5 J&A This notice is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested. Submit offers on NIAID-RFQ18-1901294. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97, dated January 24, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 325414. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking brand name biologicals. Must be a VWR International authorized reseller by RFQ close. Required product is as follows: VWR Life Science Seradigm Premium Grade Fetal Bovine Serum. CATALOG NUMBER: 97068-091. LOT NUMBER: 340B17 - 500 ML each. Quantity: 600. Please note specific lot number is required. All shipping/handling charges must be included. Period of Performance: Delivery schedule on an as-needed basis. Estimated period of performance is May 8, 2018 - December 15, 2018. A quantity of 300 will be required 10 days after award and another quantity of 300 will be ordered 6 to 9 months after the first shipment. The award will be based on the following; price, capability to meet the requirements, delivery, past performance, and the best value to the government. 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 The following 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 (Jan 2018) FAR 52.217-6 Option to Increase Quantity (Mar 1989) FAR 52.217-8 Option to Extend Services (Nov 1999) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) HHSAR 352.203-70 Anti-Lobbying (Dec 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.239-74 Electronic and Information Technology Accessibility (Dec 2015). The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation 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 or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for VWR Fetal Bovine Serum defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Question and Answer session ends Apr 30, 2018, 5 p.m. Eastern. Submission shall be received not later than previously stated. Offers may be e-mailed to brad.engel@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ18-1901294/listing.html)
 
Place of Performance
Address: 9 WEST WATKINS MILL ROAD, GAITHERSBURG, Maryland, 20878, United States
Zip Code: 20878
 
Record
SN04898699-W 20180425/180423231001-142752f530d611e1e4484c052dbcc844 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.