SOLICITATION NOTICE
66 -- Teledyne - Reverse RediSep columns: 20 x 250mm C18 100A, 5u (X2); 50 x 250mm C18 100A, 5u
- Notice Date
- 8/31/2022 1:53:25 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00537
- Response Due
- 9/6/2022 6:00:00 AM
- Archive Date
- 09/21/2022
- Point of Contact
- Claudia Ventola, Phone: 301-496-0870, Michelle Cecilia, Phone: 3018277199
- E-Mail Address
-
claudia.ventola@nih.gov, michelle.cecilia@nih.gov
(claudia.ventola@nih.gov, michelle.cecilia@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION BRAND NAME Title: Brand Name Teledyne - Reverse RediSep columns: 20 x 250mm C18 100A, 5u (X2); 50 x 250mm C18 100A, 5u �(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 75N95022Q00537 and the solicitation is issued as a Request for Quote (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 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is 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 334516 � Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees. �� (v)�� �Set-aside Status: Not set aside for Small Business Concerns (vi)�� �Competition Status: �This requirement is posted as competitive Generic Name of Product: RediSep columns Purchase Description: � - Brand Name: RediSep Prep 20 x 250mm C18 100A, 5u (X2); RediSep Prep 50 x 250mm C18 100A, 5u - Manufacturer�s Name: Teledyne Instruments - Catalog Numbers: 692203811 (X2), 692203815 � Salient characteristics: The significant, essential physical, functional, performance, or material element(s) that the Government�s minimum acceptable standards are for an equivalent system are as follows: The system shall: Be used in existing EZ prep systems for reverse phase purification in larger scale Quantity: (1)�� �Two Teledyne RediSep Prep 20 x 250mm C18 100A, 5u columns (2)�� �One Teledyne RediSep Prep 50 x 250mm C18 100A, 5u column Delivery Date:� The Contractor shall deliver install the columns to the NIH in Rockville, Maryland within 90 days after receipt of order. Delivery Address: NIH National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive, Bldg. C, Chemistry Lab Rockville, MD �20850 (vii)�� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is ninety days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9800 Medical Center Drive, Building C, Rockville, MD 20850. (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 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) � FAR 52.225-2, Buy American Certificate (Feb 2021) � �FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (Feb 2021) � �52.212-5 attachment, then also include Alternate I, II, or III (May 2022)� � �FAR 52.225-6, Trade Agreements Certificate (Feb 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 � 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 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) � HHSAR 352.232-71 Electronic Submission of Payment Requests (Feb 2022) � FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (May 2022) � NIH Invoice and Payment Provisions (Feb 2021) � HHSAR 352.232-71 Electronic Submission of Payment Requests (FEBRUARY 2, 2022). EVALUATION (ix) � � Evaluation Criteria: The Government will award a delivery order resulting from the solicitation on a lowest price technically acceptable (LPTA) basis, which requires that award be made to the lowest-priced quote that meets or exceeds the acceptability standards for non-cost factors. (x)�� �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. (xi)�� �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. (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. � (xiii)�� �The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.� SUBMISSION INSTRUCTIONS (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.� The Unique Entity ID from SAM.gov, UEI Number, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must submit a Buy American Certificate with their quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All questions must be received by 11:00 a.m., EST, September 2, 2022, and reference Solicitation Number 75N95022Q00537. Questions may be submitted electronically to Claudia Ventola, Contract Specialist at claudia.ventola@nih.gov. All quotations must be received by 9:00 a.m., EST, on September 6, 2022, and reference Solicitation Number 75N95022Q00537. Responses must be submitted electronically to Claudia Ventola, Contract Specialist, at claudia.ventola@nih.gov. Fax responses will not be accepted. (xv) �The name and telephone number of the individual to contact for information �regarding �the solicitation: Claudia Ventola, Contract Specialist�� � Phone: (301) 496-0870 Email: claudia.ventola@nih.gov ATTACHMENTS 1.�� �Purchase Description 2.�� �FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Executive Orders�Commercial Items (May 2022) 3.�� �FAR 52.212-4, Addendum� 4.�� �NIH Invoice and Payment Provisions (Feb 2021) 5.�� �IPP payment provisions 6.�� �FAR 52.225-2 Buy American Certificate (Feb 2021)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/601f374d884a4767bf779f7dc7b99def/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06449028-F 20220902/220831230138 (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 |