Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 03, 2022 SAM #7490
SOLICITATION NOTICE

66 -- REAL-TIME CELL METABOLIC ANALYZER

Notice Date
6/1/2022 12:06:54 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-2127260
 
Response Due
6/10/2022 10:00:00 AM
 
Archive Date
06/11/2022
 
Point of Contact
Jesse Weidow
 
E-Mail Address
jesse.weidow@nih.com
(jesse.weidow@nih.com)
 
Description
Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-2127260 Posted Date: 06/01/2022 Response Date: 06/10/2022 Set Aside: NO NAICS Code: 334516 Classification Code: 6640 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 Title: REAL-TIME CELL METABOLIC ANALYZER 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-2127260 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)2022-06 May 01, 2022. 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 competition, un-restricted and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Delivery of an instrument for a 30-day evaluation with option to purchase after the 30-day evaluation, or option to return instrument to vendor. The metabolic analyzer is required to meet the following minimum specifications: The instrument must be capable of simultaneously measuring mitochondrial respiration and glycolysis in living cells. The instrument must be capable of measuring the oxygen consumption rate in purified mitochondrial preparations. The instrument must have an assay sample format that allows for multiple (>20) samples to be simultaneously analyzed. Due to the nature of the bio-agent being studied (prion protein), the instrument must consist of a disposable sample compartment and measurements should be acquired through a disposable probe such that no decontamination of the instrument is necessary. The instrument must include all necessary hardware and software required for measuring samples and controlling the instrument (sans consumables). Delivery, installation, and pickup/return of equipment after the 30-day evaluation. Any software or other systems that this instrument will need to communicate with for compatibility. The instrument must not exceed these size limitations to fit in the available laboratory benchtop space of 40�x 30�x 19� (width x height x depth). Quoting Requirements: Vendor must provide detailed documentation to demonstrate how the instrument meets the requirements of this solicitation. Vendor must provide an evaluation agreement with terms & conditions for the 30-day evaluation process, if applicable. Vendor must include a timeline for delivery and installation. 30-day evaluation process will begin upon installation of instrument. Vendor is invited to include past performance references of similar services, including the description of the service, the period of performance, and a client contact name and phone number for that award. Vendor must provide End User License Agreement (EULA) if applicable Quote must include response to all minimum service requirements, and all instructions for the quote, for the offer to be accepted as responsive. Vendor must include Unique Entity ID number from sam.gov registration Vendor will be notified before the end of the 30-day evaluation of the governments intentions on purchasing the instrument or returning the instrument. Vendor must provide in detail how they meet the requirements of this solicitation in order to be considered for the 30-day evaluation with option to purchase. Place of Performance: NIAID Rocky Mountain Labs, 903 S. 4th St, Hamilton, MT 59840, 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 (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 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 (NOV 2021) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2022) *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 (NOV 2021) 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 (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.217-5 Evaluation of Options. EVALUATION OF OPTIONS (JULY 1990) Except when it is determined in accordance with FAR 17.206(b) not to be in the Government�s best interests, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. Evaluation of options will not obligate the Government to exercise the option(s). (End of provision) 52.217-7 Option for Increased Quantity-Separately Priced Line Item. OPTION FOR INCREASED QUANTITY-SEPARATELY PRICED LINE ITEM (MAR 1989) The Government may require the delivery of the numbered line item, identified in the Schedule as an option item, in the quantity and at the price stated in the Schedule. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of evaluation. Delivery of added items shall continue at the same rate that like items are called for under the contract, unless the parties otherwise agree. (End of clause) 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 the solicitation end date, 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, by email. Submission shall be received not later than Friday June 10, 2022, 1:00 PM MST Offers may be e-mailed to Jesse Weidow (E-Mail/ jesse.weidow@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2127260). 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 Jesse Weidow @ jesse.weidow@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/95a4c2eb495b42089528cd38732f656e/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06344477-F 20220603/220601230108 (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.