MODIFICATION
66 -- Brand Name or Equal: Prometheus Panta with Software and Consumables, and Training to support projects involving the Antiviral for Pandemics Program (APP)
- Notice Date
- 2/17/2023 1:03:23 PM
- 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
- 75N95023Q00083
- Response Due
- 2/27/2023 12:00:00 PM
- Archive Date
- 03/03/2023
- Point of Contact
- Kimberly Espinosa
- E-Mail Address
-
kimberly.espinosa@nih.gov
(kimberly.espinosa@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; quotations are being requested and a written solicitation will not be issued. (ii)������� The solicitation number is 75N95023Q00083 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item 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) 2023-01 effective December 30, 2022. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. (iv)������ The associated NAICS code is 334516 and the Small Business size standard is 1,000 employees. This requirement is being competed with full and open competition and no set-aside restrictions are applicable. DESCRIPTION (v)������� The National Center for Advancing Translational Sciences (NCATS), within the National Institutes of Health (NIH), requires a brand-name or equal Prometheus Panta with software and consumables, and on-site training. This is needed to support projects involving the Antiviral for Pandemics Program (APP). This requirement includes the following items: 1. � One (1) brand name or equal Prometheus Panta 2. � Software for control and analysis 3. � Consumables to include: � � �A.�� 400 Standard Capillaries Prometheus nanoDSF Grade � � �B.�� 200 High Sensitivity Capillaries Prometheus nanoDSF Grade � � �C.� 2x8 Standard 24-Capillary Chips Prometheus nanoDSF Grade � � �D.� 2x8 High Sensitivity 24-Capillary Chips Prometheus nanoDSF Grade 4. � On-site (Rockville, MD) Training This requirement has the following salient characteristics: 1. � Thermal unfolding (fast and precise temperature ramp from 20�C to 95� and controlled cooling) to measure: � � �A.� Tm � � �B.��Tonset � � �C.��Reversibility of unfolding 2. � Dynamic Light Scattering (DLS) coupled with temperature ramp for measurements of � � �A.� Tsize (from growth of rH in cumulants fit) � � �B.��average scattering intensity measurements � � �C.��rH (Hydrodynamic radius) � � �D.��Polydispersity index 3. � Back-reflection for Tturbidity measurements 4. � SLS to measure: � � �A.� Molecular weight � � �B.��Tscattering 5. � Material usage per sample 10 ?L (vi)����� The anticipated delivery date is within 12 weeks after award but respondents may propose an alternative delivery timeline. Delivery shall be made to Rockville, MD, FOB Destination. The exact address will be noted on the purchase order. On-site training will occur on a mutually agreed upon date after delivery occurs. � � � � � EVALUATION AND AWARD (vii) ���� The anticipated award date is March 6, 2023. (viii)���� The Government plans to make an award resulting from this solicitation. The resulting award will be made to the vendor who represents the best value to the Government, price and other factors considered. The Government may perform a comparative evaluation to select the vendor that provides the best value in consideration of the following evaluation factors: 1. Technical Capability: The ability to provide the brand name or equal items, and the proposed delivery date. � 2. Past Performance: Past performance performing similar supplies. The Government may use any source of available past performance information (see FAR 13.106-2(b)(3)). 3. Price: The total price including shipping and training. SUBMISSION INSTRUCTIONS (ix)������ All responses to this RFQ must be received by 3:00pm Eastern Time on Monday, February 27, 2023 and must reference the solicitation number cited above. Responses must be submitted via email to Kimberly Espinosa at kimberly.espinosa@nih.gov. Responses must be submitted in the English language and the quote must be in U.S. dollars. (x)������� This is an RFQ. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this RFQ must be completed by the quoter. (xi)������ Responses to this RFQ must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses may exceed capability or performance characteristics of the solicitation's requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation's requirements if it provides a benefit to the Government. (xii)����� Respondents proposing 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. (xiii)���� Responses must also include the Unique Entity Identifier (UEI) (which recently replaced the DUNS number), the Taxpayer Identification Number (TIN), the certification of business size, the completed representation in FAR Provision 52.225-2 (attached), and a quotation in U.S. dollars that includes: 1. � The total price, 2. � Individual prices for each item, 3. � Confirmation of the ability to deliver the items within 12 weeks after receipt of order or a proposed alternative delivery schedule, 4.�� Prompt payment discount terms, 5. � Product or catalog number(s), 6. � Product description, and 7. � Any other information or factors that may be considered in the award decision. Such factors may include: special features required for effective program performance; trade-in considerations; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. (xiv)���� For information about this RFQ, contact Kimberly Espinosa, Contracting Officer, at 301-827-3546 or kimberly.espinosa@nih.gov. (xv)����� All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS (xvi)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 www.acquisition.gov. The following provisions apply to this acquisition and are incorporated by reference: 1. FAR Provision 52.204-7, System for Award Management (Oct 2018) 2. FAR Provision 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) 3. FAR Provision 52.211-6, Brand Name or Equal (Aug 1999) 4. FAR Provision 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Dec 2022) (xvii)��� The clause at FAR 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 www.acquisition.gov. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference: 1. FAR Clause 52.204-13, System for Award Management Maintenance (Oct 2018) 2. FAR Clause 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) 3. FAR Clause 52.212-4, Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) 4. HHSAR Clause 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (xviii)�� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. HHS reserves the right to exercise priorities and allocations authority with respect to this�contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A� Health�Resources Priorities and Allocations System. (xix)���� This RFQ includes two sets of invoice instructions, for vendors who have and have not yet transitioned to the Invoice Processing Platform (IPP). The applicable instructions will be included on the resultant purchase order. ATTACHMENTS (xx)����� The following terms, provisions, and clauses are incorporated and attached in full text: 1. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021) (Tailored) 2.� FAR Provision 52.225-6, Trade Agreements Certificate (Feb 2021) 3.� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Dec 2022) 4. NIH Electronic Invoice Submission Instructions with IPP (April 21, 2022) 5. NIH Electronic Invoice Submission Instructions without IPP (Oct 28, 2022)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/d16abdbc64da4354bdaba996bf7019d7/view)
- Record
- SN06594929-F 20230219/230217230103 (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 |