Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2023 SAM #7883
MODIFICATION

66 -- Pneumatic Tube Transport Device

Notice Date
6/26/2023 6:13:12 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
75N95023Q00372
 
Response Due
7/3/2023 1:00:00 PM
 
Archive Date
07/18/2023
 
Point of Contact
Sarah Adan, Phone: 3014805422, Valerie Whipple
 
E-Mail Address
sarah.adan@nih.gov, valerie.whipple@nih.gov
(sarah.adan@nih.gov, valerie.whipple@nih.gov)
 
Description
�(i)�� �This is a NON-COMPETITIVE 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 75N95023Q00372 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 Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to the following for a Pneumatic Tube Transport Device : SPT Labtech Limited Unit H4 Melbourn Science Park Cambridge Road Melbourn, Herts SG8 6HB, United Kingdom This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for the sole-source justification is that SPT Labtech is the is the sole manufacturer of their proprietary Lab2Lab Receiver and it is not available through distribution. Additionally, there are no other pneumatic tube transport devices on the market that interface and work with the SPT Labtech Lab2Lab Pneumatic Sample Transport System.� (iii)�� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04 with effective date 06/02/2023. (iv)�� �The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is non-competitive with no set-aside restrictions. (v)�� �The Analytical Chemistry Core (ACC) within the Division of Preclinical Innovation (DPI) at the National Center for Advancing Translational Sciences (NCATS) provides analytical chemistry services involving the isolation, purification, identification, and analysis of therapeutic modalities for targeted disease states. This is accomplished through the development and usage of the SMART Centralized Sample Purification and Processing Platform. A key aspect of this platform is the utilization of LCMS analysis throughout all stages of the workflow for reaction monitoring, identity verification, and purity analysis of the desired compounds. As a means of improving efficiency and increasing productivity, the ACC has implemented the SPT Labtech Pneumatic Sample Transport System, which sends 2D-barcoded minitubes between labs, storage systems, and analytical instrumentation.� The purpose of this acquisition is to acquire the SPT Labtech Lab2Lab Receiver. (vi) �� �This requirement is for the following items: Purchase Description: SPT Labtech Lab2Lab Receiver� Quantity: One (1) Receiver The Lab2Lab Receiver is a unique sample transport device designed specifically for the SPT Labtech Lab2Lab pneumatic tube transfer system. The Receiver holds one proprietary SPT Labtech barcoded vial at a time, which is tracked and managed by the Lab2Lab Director software. � The components of the SPT Labtech Lab2Lab Receiver are: 1. 2094-07003 � Receiver � Waters H/I � Class Hp 350 2. 2094-20106 � Waters Application Software (1 license) 3. 2094-01030 � Transport Tube Kit � 2.2M This acquisition includes installation and testing of the receiver on site by an engineer. (vii)�� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 26 weeks After Receipt of Order. Delivery will be f.o.b. destination. The place of delivery and acceptance will be NCATS/NIH, 9800 Medical Center Drive, Rockville, MD 20850. (viii)�� �The additional instructions to offerors are as follows: 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 Products and Commercial Services (Nov 2021) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Dec 2022) � FAR 52.225-2, Buy American Certificate (Oct 2022) � 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 (Dec 2022). 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 Products and Commercial Services (June 2023) � NIH Invoice and Payment Provisions� (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)]. (x)�� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), 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 (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)�� �The following additional contract requirement or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: The quote or offer shall include a standard manufacturer�s warranty of at least one (1) year. (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 that believe that they are manufacturers or authorized resellers 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 quotations must be received by 4:00p.m., Eastern Time, on July 3, 2023, and reference Solicitation Number 75N95023Q00372. Responses must be submitted electronically to Sarah Adan, Contract Specialist, at sarah.adan@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/05f5ee30a40e4e679fef0dec0571839c/view)
 
Record
SN06727407-F 20230628/230626230103 (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.