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 -- Chart MVE 1539R-190AF-GB LN2 System with Full Auto Fill and Gas Bypass

Notice Date
6/1/2022 9:14:22 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-NIAID-2129643
 
Response Due
6/14/2022 2:00:00 PM
 
Archive Date
06/29/2022
 
Point of Contact
Dana Monroe, Phone: 406-375-9814
 
E-Mail Address
dana.monroe@nih.gov
(dana.monroe@nih.gov)
 
Description
Document Type:� Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-2129643 Posted Date: 06/01/2022 Response Date: 06/14/2022 Set Aside: none 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, 903S. 4th Street, Hamilton, MT� 59840 Title: Chart MVE 1539R-190AF-GB LN2 System with Full Auto Fill and Gas Bypass Primary Point of Contact:� �Dana Monroe; dana.monroe@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-2129643 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 size standard of 1000 employees. The requirement is being competed with a brand name restriction, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Supplies: Catalog # 20538462; Chart MVE 1539R-190AF-GB LN2 System with Full Auto Fill and Gas Bypass, QTY 1 EA: Product Features: -Dry sample storage -Lowest lift-over height -Rectangular shaped inventory dividers -Largest LN2 capacity below turn tray -Stainless steel construction -Two-tier folding step -Full auto fill, gas bypass and battery backup available -TWO Year Parts Warranty, FIVE Year Vacuum Warranty Specifications: -Performance: -LN2 Capacity: 797L -LN2 Capacity under Platform: 133L -Unit Dimensions: -Neck Opening: 17.5� -Usable Internal Height: 30.8� -Inner Diameter: 38.5� -Overall Height: 63.3� -Lift-over Height: 39.2� -Door Width Requirement: 42� -Depth of Extended Step: 7.9� -Weight Empty: 720 lbs. -Weight Liquid Full: 2,140 lbs -Max. Storage Capacity: -1.2 & 2ml Vials: 39,000 -# of Racks for 100 Cell Boxes: 26 -# of Racks for 25 Cell Boxes: 16 -# of Stages per Rack: 13 -High Security Straws: 100,800 x 0.5ml straws -# of Canisters (73mm): 120 -Goblets/Canister; Straws/Goblets: 5;168 -Blood Bag Capacities: -Bag 791 OS/U (25ml): 3,064 -Bag Compact (25ml): 4,338 -Bag 4R9951 (50ml): 1,736 -Bag 4R9953 (250ml): 812 -Bag 4R9955 (500ml): 608 -Bag DF200 (200ml): 496 -Bag DF700 (700ml): 256 Stainless Steel product warranty: -Vacuum: 5 years -Defect/Workmanship: 2 years -Controller & Displays: 2 years -All other electrical parts and components: 90 days for vendor-supplied parts with 90-day pass-through warranty Catalog # SR13-2; 13 � 2� Stainless Steel Vertical Freezer Rack with Locking Rod, QTY 26 EA 30 13/16"" x 5 5/8"" x 5 1/2"" or 785 x 143 x 140mm Shipping Weight (lbs.): 7.0 Capacity: 14 Note: freezer holds 336 boxes Freight Cost Inside Delivery to include uncrating, LN2 provided to deliver freezer cold to lab, removal of crating material Training by MVE certified technicians (as a separate line and cost) Place of Performance: NIH, 9000 Rockville Pike, BLDG 10 Clinical Center, Bethesda, MD 20852, 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 2018) 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 (DEC 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 Tuesday, June 14, 2022 at 5:00pm EDT Offers may be e-mailed to Dana Monroe at dana.monroe@nih.gov. Offers shall include RFQ number in the subject line (RFQ-NIAID-2129643). 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 Dana Monroe at dana.monroe@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b6b00417307544c2b6adb567550040d5/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06344493-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.