Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2020 SAM #6762
MODIFICATION

65 -- Coronavirus - Chromium Cell Library and Kits

Notice Date
6/2/2020 6:09:10 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
POTS-ID-20-004315
 
Response Due
6/5/2020 7:00:00 AM
 
Archive Date
06/20/2020
 
Point of Contact
Mark McNally, Phone: 301.827.5869
 
E-Mail Address
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
�(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 75N95020Q00130 and the solicitation is issued as a request for quotation (RFQ). 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. The Government anticipates award of a firm fixed-price award for this acquisition. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-06, with effective date May 6, 2020. (iv)������ This requirement is a total small business set-aside. The NAICS code is 325414 and the small business size standard is 1,250 employees. (v)������� COVID-19/Coronavirus. This requirement is for the following items: Chromium cell library and kits. (vi)������ COVID-19/Coronavirus. The purchase description with the salient characteristics the brand-name or equal items must meet is included as Attachment 1 to this Solicitation. (vii)����� The delivery date will be within thirty (30) days after notice to proceed from the Government. Delivery will be f.o.b. destination, and the quotation�s total firm fixed-price must include all shipping and handling costs. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) FAR 52.214-34, Submission of Offers in the English Language (Apr 1991) FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991) FAR 52.225-2, Buy American Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2019). The following clauses under subparagraph (b) are indicated as incorporated by reference: FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR 52.219-33, Nonmanufacturer Rule (Mar 2020) FAR 52.222-3, Convict Labor (Jun 2003) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26, Equal Opportunity (Sep 2016) Alternate I (Feb 1999) with the following fill in: ""The following terms of this clause are waived for this contract: subparagraph (c)(2), (c)(3), (c)(4), (c)(5)(ii), (c)(6), (c)(8), and the phrase �on-site compliance evaluations and� in (c)(9)."" FAR 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) Alternate I (Jul 2014) with the following fill in: ""The following terms of this clause are waived for this contract: in subparagraph (a), the phrase �and requires affirmative action by the Contractor to employ and advance in employment qualified individuals with disabilities�; additionally, in subparagraph (a), the phrase �requirements of the equal opportunity clause at 41 CFR 60-741.5(a)� shall be interpreted to exclude in full paragraphs 4-5 and 7 of 41 CFR 60-741.5(a), and the phrase �take affirmative action to employ and advance in employment individuals with disabilities, and to �from paragraph 1 of 41 CFR 60-741.5(a)."" FAR 52.222-50, Combating Trafficking in Persons (Jan 2019) FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1, Buy American-Supplies (May 2014) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33, Payment by Electronic Funds Transfer�System for Award Management (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.223-70, Safety and Health (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: INTERIM ELECTRONIC INVOICING INSTRUCTIONS (1 attachment): Electronic Invoicing Instructions for NIH Contractors/Vendors - Effective April 23, 2020, all NIH contractors/vendors invoices should be sent electronically via email using the attached electronic submission instructions which are applicable to this order and are incorporated in full text as an attachment. These procedures are to be followed until further notice. STANDARD INVOICING INSTRUCTIONS (1 attachment): Invoice and Payment Provisions (02/2014) - NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25 are applicable to this order and are incorporated in full text as an attachment. In the event the interim procedures are rescinded, these procedures take effect. (ix)������ The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b)(3) and award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The evaluation will compare: Technical Capability of the items to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation�s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation�s requirements if it provides a benefit to the Government. (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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated by reference. The additional FAR clauses under subparagraph (b) incorporated by reference that apply to this acquisition are cited under (viii) of this solicitation. (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; however, HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A - Health Resources Priorities and Allocations System. (xv)����� 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.� 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 quotations must be received by 10:00 a.m., Eastern Time on June 5, 2020, and reference Solicitation Number 75N95020Q00130. Responses must be submitted by email to Mark McNally, Contract Specialist, at mark.mcnally@nih.gov. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contract Specialist, 301-827-5869, mark.mcnally@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a3a6107847cb47d1a81467f8b8f7f36e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05676798-F 20200604/200602230205 (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.