SOLICITATION NOTICE
66 -- EPMOTION 5075T, EPMOTION 5073MC AND CHANNEL DISPENSING TOOLS
- Notice Date
- 7/27/2021 4:29:09 PM
- Notice Type
- 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-2085334
- Response Due
- 8/12/2021 9:00:00 AM
- Archive Date
- 08/27/2021
- Point of Contact
- Maliaka Pinkney, Phone: 2406695308, Julienne Keiser, Phone: 4063639370
- E-Mail Address
-
maliaka.pinkney@nih.gov, jkeiser@niaid.nih.gov
(maliaka.pinkney@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-2085334 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 people. The requirement is being competed full and open competition, un-restricted and without a small business set-aside. The Division of Intramural Research (DIR) of the National Institute of Allergy and Infectious Diseases (NIAID)plans and conducts the Institute's laboratory and clinical research program, which encompasses allergic, immunologic, and infectious diseases, to insure maximum utilization of available resources in the attainment of Institute objectives. The DIR evaluates research efforts and establishes program priorities; allocates funds, space, and personnel ceilings and integrates ongoing and new research activities into the program structure. Collaborations with other Institute and NIH programs helps to maintain an awareness of national research efforts in program areas. The DIR advises the Institute Director and staff of the intramural research and areas of science of interest and importance to the Institute and provides technical services related to scientific areas of technology, on a shared basis, to the laboratories of the Intramural Research Program. The NIAID Microbiome Program is a collaborative effort to explore the metaorganism-the combination of the cells of a host and the host�s microbiota. The program has developed a microbiome sequencing facility with bioinformatics support, a gnotobiotic mouse facility, and a microbiology core that are all tasked with studying the metaorganism. The program has already supported research of over 35 groups across the National Institutes of Health, who study the metaorganism in the context of health, cancer, parasite infection, and many other disease states. The NIAID Microbiome Core has developed highly customized and specific protocols involved in long-term longitudinal studies utilizing existing 5073 and 5075 epMotion machines. Therefore, the program intends to purchase another set of these machines in order to increase production while maintaining quick project turnover time. QUOTING INSTRUCTIONS FOR BRAND NAME OR EQUAL INSTRUMENTS: NIAID requests responses from qualified sources capable of providing the requirements as outlined in the attachment. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if 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 characteristics specified in the 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 modification 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 are ""equal"" products, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; Country of Origin, and Cage Code. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award. Place of Performance: NIH, 9000 Rockville Pike, Bldg. 10, Bethesda, MD 20892, United States. FOB: Destination 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 (Nov 2020) FAR 52.211-6 Brand Name or Equal. (Aug 1999) **See attachment for reference FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 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) *** Must complete representation attached to this solicitation - see attachment 52.204-26 (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) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2020) *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 52.232-40 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) FAR 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: Acquisition.GOV | www.acquisition.gov The detailed requirement is for brand name or equal items are as follows; epMotion5075t, epMotion5073mc and channel dispensing tools with the line items and quantities outlined below: 1. 5075006022 - epMotion� 5075t, basic device incl. ThermoMixer�, epBlue� software, mouse, waste box, 100 � 240 V �10 %/50 � 60 Hz �5 %, and MultiCon all in on PC, Qty. 1 2. 5073007911 - epMotion� 5073mc MultiCon, Clean Cap, system incl. MultiCon, MagSep� module, Eppendorf ThermoMixer�, epBlue� software, keyboard, mouse, waste box, 100 � 240 V �10 %/50�60 Hz �5 % (US), 0.2 ?L�1 mL, Qty. 1 3. 955989020 epMotion SHIPPING AND HANDLING, Qty. 2 4. 955989030 epMotion INSTALLATION, Qty. 2 5. 960001044 TM 50-8 eight-channel dispensing tool, 8-channel, 1.0�50 ?L, Qty. 2 6. 960001052 TM 300-8 eight-channel dispensing tool, 8-channel, 20�300 ?L, Qty. 2 7. 960001061 TM 1,000-8 eight-channel dispensing tool, 8-channel, 40 � 1,000 ?L, Qty. 2 8. 960001010 TS 50 single-channel dispensing tool, 1-channel, 1.0 � 50 ?L, Qty. 2 9. 960001028 TS 300 single-channel dispensing tool, 1-channel, 20 � 300 ?L, Qty. 2 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 August 12, 2021 @ 12:00 PM EST Offers may be e-mailed to Maliaka Pinkney at (maliaka.pinkney@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2085334). 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 Maliaka Pinkney at maliaka.pinkney@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a9ec9bc8c7224839832f37612224f853/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06075283-F 20210729/210728203733 (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 |