Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 29, 2022 SAM #7546
MODIFICATION

66 -- Cell Analyzer

Notice Date
7/27/2022 5:41:41 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00380
 
Response Due
8/1/2022 11:00:00 AM
 
Archive Date
08/16/2022
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@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 75N95022Q00380 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Luminex Corporation, 12212 Technology Blvd., Austin, TX 78727. This acquisition is conducted as non-competitive for a commercial service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the brand-name justification is: Many of the new experiments that we started need an accurate cell count to be performed correctly. Furthermore, many other microscopic experiments need the cell size information and viability. Our existing cell counters are not that accurate and does not give any viability or cell size information.The Guava Muse cell analyzer, can achieve highly quantitative results at a fraction of the price, effort and time. The Muse Cell analyzer packs 3-parameter analysis into a compact, easy to use benchtop device, making flow cytometry accessible to anyone, anytime. The Muse Cell analyzer uses miniaturized fluorescent detection and microcapillary technology to deliver truly accuate, precise and quantitatve cell analysis compared to other methods. Also Guava Muse cell analyzer provides consistency with previous experiments. (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 334516 and the small business size standard 1,000 employees.� This requirement has no set-aside restrictions. (v)� �Project requirement: NIA requires a Guava Muse Cell Analyzer with the following salient characteristics. Quantitative data at the single-cell level Simple and effortless operation Intuitive cell analysis software and touchscreen user interface Rapid setup and analysis Optimized muse assays Compact size: footprint of only 8 in x 10 in Flow cytometry technology in an affordable instrument. Laser-based fluorescence detection of each cell event can evaluate up to 3 cellular parameters (vi)� Anticipated delivery: 30 days after receipt of order. The Government anticipates award of a firm fixed-price purchase order. The place of delivery will be 251 Bayview Blvd., Baltimore, MD 21224. � (vii)� 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 Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) 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 Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) 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 Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) Invoicing Instructions With IPP 4-21-22 (viii)� The provision at FAR clause 52.212-2, Evaluation-Commercial Items (Nov 2021), applies to this acquisition.� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) past performance [see FAR 13.106-2(b)(3)]; (iii) price. Technical and past performance, when combined, are significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (ix)� �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. (x)� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xi)� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. 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 quotations must be submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at Fred.Ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Soliciataion number 75N95022Q00380.� Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/089b404ef08641348add689605c635ac/view)
 
Place of Performance
Address: Baltimore, MD, USA
Country: USA
 
Record
SN06403197-F 20220729/220727230112 (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.