Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 25, 2021 SAM #7028
SOLICITATION NOTICE

66 -- NUAIRE MODEL 121-742 BIOSAFETY CABINET SPECIAL SIZED TO HOUSE A CUSTOM RODENT AEROSOL EXPOSURE CHAMBER

Notice Date
2/23/2021 7:44:33 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-RML-C-2060929-1
 
Response Due
3/1/2021 6:00:00 AM
 
Archive Date
03/16/2021
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Laura Grey, Phone: 4063759812
 
E-Mail Address
diana.rohlman@nih.gov, laura.grey@nih.gov
(diana.rohlman@nih.gov, laura.grey@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-RML-C-2060929-1 and the solicitation is issued as a Request for Quotes (RFQ) with a brand name restriction. 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 2021-03 Effective February 16, 2021 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. The requirement is being competed full and open competition, brand name restriction and without a small business set-aside. No substitutions are acceptable for the protection of the staff.� The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: 1)�� �NuAire Model 121-742 (7 ft.) biosafety cabinet CATALOG # NU-S121-742 QTY: 1� to house their custom rodent aerosol exposure chamber. o�� �NuAire Model 121-742 (7 ft.)biosafety cabinet CATALOG NU-S121-742 QTY: 1� o�� �Class II Type A2 BSC� o�� �Must �house an InTox custom rodent aerosol exposure chamber. The NuAire BSC has been custom designed and can accommodate the exposure chamber in its entirety while allowing for it to be operated both efficiently and safely. o�� �Must be a unique size with an extended length (86.5�) and depth (42�)� o�� �Cord pass throughs must be included on each side of the BSC, allowing for proper exposure chamber wiring and containment without disruption of BSC laminar airflow.� o�� �Must be able to accommodate our aerosol chamber containment, operation. Additionally, this unit will be placed on casters so it can be moved within the ABSL-3 suite in a modular fashion. This unique BSC is designed to fulfil our needs and is unmatched among competitors due to its custom nature. 2)�� �SHIPPING - FOB � DESTINATION� Place of Performance: ROCKY MOUNTAIN LABORATORIES 903 S 4th ST HAMILTON, �MT, United States. �FOB: Destination 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; technical capability to meet the requirements and price. Offers may be mailed, e-mailed to; Diana Rohlman (E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-C-2060929-1). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� 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 Diana Rohlman@ diana.rohlman@nih.gov. The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (JAN 2021) FAR 52.204-7 System for Award Management (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) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 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 (JAN 2021) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) 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 this address: �http://farsite.hill.af.mil/vffara.htm 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than March 1, 2021 9:00 am EST Offers may be e-mailed to Diana Rohlman(E-Mail/ diana.rohlman@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-C-2060929-1). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)� 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 �Diana Rohlman, diana.rohlman@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/cdf79f3d4ded4f39b92a3afce4bbb493/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN05924583-F 20210225/210223230115 (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  © 1994-2020, Loren Data Corp.