SOLICITATION NOTICE
65 -- Promega Reagent Kits and Assays (Brand Name or Equal)
- Notice Date
- 7/18/2022 12:18:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325414
— Biological Product (except Diagnostic) Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00430
- Response Due
- 7/25/2022 6:00:00 AM
- Archive Date
- 08/09/2022
- Point of Contact
- Renato Gomes
- E-Mail Address
-
renato.gomes@nih.gov
(renato.gomes@nih.gov)
- Description
- �(i)������� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95022Q00430 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures; �and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-06, with effective date May 26, 2022. �(iv)����� The associated NAICS code 325414 - Biological Product (Except Diagnostic) Manufacturing and the small business size standard 1250 employees. There are no set-aside restrictions for this requirement. (v)������� The NCATS aims to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The NCATS DPI plans, conducts and uses both internal and contract resources to advance collaborative research projects across the preclinical phases of the translational science spectrum. The DPI�s Functional Genomics group uses a number of reagents for assays in its laboratory for its ongoing research projects. This type of assay is a routine for cell based assays to test the bioluminescent protein detection of accurately quantified HiBiT tagged protein expression cells of the compound libraries on various targets. Assays used in this research are homogeneous and can be miniaturized into a 384 or 1536 well plate format. The assay systems and kits allow the NCATS scientists and researchers to measure specific outcomes of cells which are specifically engineered for high throughput and automation settings which are essential standards at NCATS. For this purpose, NCATS needs a quantity of five (5) Promega Corporation Nano-Glo(R) HiBiT Lytic Detection System or Equal. (vi)������ The Functional Genomics group at the National Center for Advancing Translational Sciences (NCATS), Division of Preclinical Innovation (DPI) requires a Promega Corporation Nano-Glo(R) HiBiT Lytic Detection System or Equal to test the bioluminescent protein detection of accurately quantified HiBiT tagged protein expression cells of the compound libraries on various targets, as per the specific requirements provided in the attached PURCHASE DESCRIPTION. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after contractor receipt of order (ARO). Delivery shall be FOB Destination and shall be delivered to 9800 Medical Center Drive, Rockville, MD, 20850 between the hours of 8:00 am and 5:00 pm, Eastern Standard Time, Monday through Friday (except on Federal Holidays). (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (May 2022) FAR 52.214-34 Submission of Offers in the English Language (Apr 1991) FAR 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (Jun 2020) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2021) �Alternate I (Jan 2021) FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions�Commercial Products and Commercial Services (May 2022) Invoice Instructions with and without IPP (Apr 2022) The following clauses is attached and in included in full text: FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021) Alternate I (Jan 2021) (ix)������ The Government may perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to select the contractor that is best suited and provides the best value, considering the evaluation factors in this solicitation. The evaluation will compare: (a) Technical capability of the item offered to meet the Government requirement in accordance with the salient characteristics specified in the Statement of Work; (b) Price; and (c) Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding. The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s). (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions�Commercial Products and Commercial Services (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions must be received by 9 a.m., Eastern Daylight/Standard Time, on July 21 2022, and reference Solicitation Number 75N95022Q00430. Questions may be submitted electronically to Renato Gomes at renato.gomes@nih.gov. All quotations must be received by 9 a.m., Eastern Daylight/Standard Time, on July 25, 2022, and reference Solicitation Number 75N95022Q00430. Responses must be submitted electronically to Renato Gomes at renato.gomes@nih.gov. Fax responses will not be accepted. Attachments: Purchase Description FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020) Addendum to FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services. FAR 52.212-5, Contract Terms and Conditions�Commercial Products and Commercial Services (May 2022) FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (Feb 2021) Alternate I (Jan 2021) Invoice Instructions with and without IPP (Apr 2022)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/31b4e8ceb25040829d81aa2d0211fae8/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06392805-F 20220720/220718230101 (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 |