Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 01, 2021 SAM #7152
SOLICITATION NOTICE

66 -- Formulatrix Tempest Liquid Handling System

Notice Date
6/29/2021 8:28:44 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-2083207
 
Response Due
7/12/2021 10:00:00 AM
 
Archive Date
07/27/2021
 
Point of Contact
Janna Weber
 
E-Mail Address
janna.weber@nih.gov
(janna.weber@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-2083207 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) 2021-05 March 10, 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 employees. The requirement is being competed full and open with a brand name or equal restriction.� The small business set aside is dissolved for this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for Brand Name Or Equal Requirements: Manufacturer: https://formulatrix.com Catalog#TV3 Tempest V3 Base System � Qty 1 Catalog#207147_A Tempest Independent Control Module � Qty 6 Catalog#TPS Tempest Plate Stackers � Qty 1 Catalog#TSCH12 Tempest Chip Silicone HV pack of 12 � Qty 1 Catalog#232947 Tempest Chip PFE HV pack of 2 � Qty 3 Catalog#366010 Pump Box 115V 60 Hz � Qty 1 Catalog#101458 Tempest Installation Qualification On-site � Qty 1 Catalog#360791 Tempest On-Sit User Training � Qty 1 Catalog#232946 Tempest Nozzle Kit Silicone � Qty 1 Catalog#230989 15 mL Falcon Tube Adapter � Qty 3 Catalog#233527 Tempest Bottle Shelf Assembly include Companion Cubes � Qty 1 Quote submissions must include the following: Shipping/Delivery charges Installation Training Manufacture Warranty on parts & labor Place of Manufacture Place of Performance: NIH, 9000 Rockville Pike, �Bethesda, MD 20814, 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. 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 (FEB 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�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 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) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.211-6�Brand Name or Equal. Brand Name or Equal�(Aug 1999) ������(a)�If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. ������(b)�To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- �����������(1)�Meet the salient physical, functional, or performance characteristic specified in this solicitation; �����������(2)�Clearly identify the item by- ����������������(i)�Brand name, if any; and ����������������(ii)�Make or model number; �����������(3)�Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and �����������(4)�Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. ������(c)�The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. ������(d)�Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. 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 July 12th, 2019 @ 1:00 EST Offers may be e-mailed to Janna Weber (E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-2083207). 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 Janna Weber @ janna.weber@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7b1541b84808455e84aa310908365766/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06046580-F 20210701/210629230152 (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.