Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOLICITATION NOTICE

66 -- 10x Genomics Chromium Controller and accesory kits

Notice Date
12/19/2019 9:03:21 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2002781
 
Response Due
12/26/2019 12:00:00 PM
 
Archive Date
01/10/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Laura Grey, Phone: 4063759812
 
E-Mail Address
skye.duffner@nih.gov, laura.grey@nih.gov
(skye.duffner@nih.gov, laura.grey@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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-2002781 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) FAC 2020-03 and effective 12/13/2019.� The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. This requirement IS SET-ASIDE for small business. Background and laboratory needs: The Program Planning and Analysis Branch (PPAB) is seeking to procure a Chromium Controller and Accessories. �The NIAID Integrated Research Facility is part of the National Interagency Biodefense Campus, a group of federal biomedical research facilities based at Fort Detrick, Maryland. The IRF is composed of 6 core laboratories: (1) Clinical Core, (2) Anatomic Pathology, (3) Cell Culture, (4) Imaging Physics, (5) Comparative Medicine, and (6) Aerobiology. Scientists at the IRF focus on developing prevention and treatment options that will be directly relevant to human diseases�whether they emerge naturally or are deliberately introduced. Advanced imaging technology and other state-of-the-art features inside a secure laboratory allow researchers to follow disease processes. Brand-name justification: The 10x genomics machine can process up to 10,000 cell/sample with minimum hands on time.� Based on unpublished single cell sequencing data generated with collaborators at the BROAD, more than 3000 cells are needed generate usable data.� Processing the required number of cells using the other two instruments would require larger sample sized and multiple runs, within BSL4 containment, to generate the required number of cells. The instrument does not require calibration and can fit within our current biosafety cabinets in the BSL4.� This instrument will be used in containment and has been deemed safe to work with in containment. *This is a Brand-Name requirement for: QTY 1 10x Genomics Chromium Controller and Next GEM Accessory Kit and additional kits (Please see attached item list.) *Please include your DUNS number *Include response to FAR 52.204-4 attachment and return with quote Place of Delivery: NIH/NIAID, 8200 Research Plaza, Frederick, MD 21702 FOB: Destination Submission shall be received not later than 12/26/2019, 3:00 p.m. Eastern Standard Time 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 following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (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) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Oct 2019) *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 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Offers may be mailed, e-mailed or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Oct 2018) 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 Ms. Skye Duffner at skye.duffner@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5ef8b45b12bc4fdca4f54ef4c360a0d1/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05521765-F 20191221/191219230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.