Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 20, 2020 SAM #6931
SOLICITATION NOTICE

66 -- FOR COVID-19: Logiq e Vet Ultrasound

Notice Date
11/18/2020 2:49:14 PM
 
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-2049478
 
Response Due
11/23/2020 12:00:00 PM
 
Archive Date
12/08/2020
 
Point of Contact
Skye Duffner, Phone: 4068026092, Julienne Keiser, Phone: 4063639370
 
E-Mail Address
skye.duffner@nih.gov, jkeiser@niaid.nih.gov
(skye.duffner@nih.gov, jkeiser@niaid.nih.gov)
 
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-2049478 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) 2020-09, Effective 10/26/2020.� The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1,000 employees. The acquisition is being compete full and open with no small business restriction. Description of the Requirement: FOR COVID-19 A mission of the NIAID Integrated Research Facility is to study emerging infectious diseases and use hospital tools, such as medical imaging to systematically evaluate the pathogenic process and clinical course of disease in animal models exposed to microbes. Researchers at the IRF are seeking to find a suitable animal model to evaluate countermeasures against SARS-CoV-2, the virus that causes COVID-19. The ultrasound machine requested in this procurement will be used to aide with arterial blood gas collection. Additionally, it may be used to evaluate lung, cardiac and vascular abnormalities should they occur in the nonhuman primate model. We currently have a Mindray M7 system that can no longer be supported. The NEXTGEN LOGIQ e Vet Ultrasound system has the requirements needed to support the mission at the NIAID Integrated Research Facility. The system is compatible with our current system, ensuring a smooth transition process and data integrity. The NEXTGEN LOGIQ e Vet Ultrasound system will benefit end users as the suitable animal model to evaluate countermeasures against SARS-CoV-2, the virus that causes COVID-19. Requested item: Line #,� Description and� Catalog #� (QTY 1 each of�each line) 1 Logiq e NextGen Vet R8 Console #92-092 2 L8-18i Linear Array Transducer (Hockey Stick) #80-601 3 Docking Cart with 3 probe port - LOGIQ e Vet NEXTGen #90-822 412L-RS Linear Transducer #80-965 5 8C-RS Microconvex Transducer #80-860 6 On-Site Training with Applications Specialist Place of Performance: 8200 Research Plaza, Frederick, MD 21702 Delivery Date: 10 Days ARO-urgent delivery required. *Please include your DUNS number *Include response to FAR 52.204-26 attachment and return with quote Submission shall be received not later than 3:00 p.m. EST, November 23,2020. 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: FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (Jun 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2020) 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 2020) *The applicable subparagraphs 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 2020) 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) (Jun 2020) 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/f2b34908b71c4c8b87f5524a2f297e6c/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05856212-F 20201120/201118230146 (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.