Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2021 SAM #7181
SOLICITATION NOTICE

66 -- Agilent DNA Analyzer 4150 TapeStation

Notice Date
7/28/2021 1:07:28 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-2081832
 
Response Due
8/11/2021 11:00:00 AM
 
Archive Date
08/26/2021
 
Point of Contact
Pamela Ingalls, Phone: 4068026372, Laura Grey, Phone: 4063759812
 
E-Mail Address
pamela.ingalls@nih.gov, laura.grey@nih.gov
(pamela.ingalls@nih.gov, laura.grey@nih.gov)
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 STATEMENT OF NEED:� 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-2081832 and the solicitation is issued as a Request for Quote (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) 2021-06 July 12, 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 1,000 employees. The requirement is being competed full and open, brand name or equal, without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for a brand-named or equal Agilent DNA Analyzer 4150 TapeStation.� Please see attached specifications of an Agilent DNA Analyzer with the catalog/part number that satisfies the requirements of the NIAID. 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. � Delivery Location: NIH, C.W. Bill Young Center, Bldg 33, 33 North Drive, Room 2E05A, Bethesda, MD� 20892, United States.� FOB: Destination;�� Please be sure to include on the quotation:� an estimated date of delivery for the items, and all applicable shipping/handling charges. 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 lowest priced technically acceptable (LPTA).� Technical capability will be based on the instruments capability to meet the brand name or equal requirements listed in the specifications document. The award evaluation will be based on technical capability described in the attached specifications document, delivery and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (JULY 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (February 21) 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 (July 2021)��*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 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 email or telephone. Submission shall be received not later than August 11, 2021 @ 2:00 EST Offers may be e-mailed to Pamela Ingalls (E-Mail/ pamela.ingalls@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2081832). 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 Pamela Ingalls, at pamela.ingalls@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/3f6f134ae4504989aa63400ce57fbe5d/view)
 
Place of Performance
Address: MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06076977-F 20210730/210728230113 (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.