Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2023 SAM #7908
SOLICITATION NOTICE

66 -- Stunner Platform � benchtop micro-volume and high throughput protein characterization system (Brand Name or Equal)

Notice Date
7/21/2023 10:08:18 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-23-2172175
 
Response Due
7/28/2023 7:00:00 AM
 
Archive Date
08/12/2023
 
Point of Contact
Lu Chang, Phone: 2406273034
 
E-Mail Address
lu-chang.lu@nih.gov
(lu-chang.lu@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-23-2172175 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-04 dated 6/02/2023.� The North American Industry Classification System (NAICS) code for this procurement is NAICS 334516 - Analytical Laboratory Instrument Manufacturing (size standard 1,000).� The requirement is being competed as a Brand Name or Equal requirement (considered full and open competition), and without a small business set-aside. National Institute of Allergy & Infectious Diseases (NIAID)�s Vaccine Research Center (VRC) (collectively �Program�) is engaged in research to facilitate the development of vaccines against HIV/AIDS and other infectious pathogens/diseases. Program�s goal is to develop immunogens that will elicit broadly neutralizing antibodies and will be used in vaccine design. This research requires equipment that are capable of protein characterization in the form of micro-volume and high throughput protein characterization systems. Program has evaluated one such system called the Stunner Platform created by Unchained Labs, and determined that this system suits its needs for research This acquisition has technical requirements. Please see the attached Bill of Requirements/Bill of Specifications for details. Offers for other than the Brand Name product must specify how their offer meets the technical requirements.� The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following equipment (Brand Name or Equal): � Part#700-2002; Description: Stunner Platform � Part#704-2007; Description: Stunner Installation & In-Person Training � Shipping and Handling Delivery Date or Period of Performance: Delivery will occur within three (3) months of award. Place of Performance or Delivery: Bethesda, MD 20814. The government intends to award a �firm fixed price� purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.� The award will be based on the technical capability to meet the requirements and price.� NIAID will evaluate quotes to determine the best value to the government.� NIAID will evaluate price only for those quotes, which are rated as technically acceptable. In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items FAR 52.212-3 Offerors Representations and Certifications - Commercial Items FAR 52.204-7 System for Award Management (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment 52.204�26 Covered Telecommunications Equipment or Services-Representation FAR 52.211-6 Brand Name or Equal As prescribed in 11.107(a), insert the following provision: Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ""brand name or equal,"" the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that ""equal"" products must meet are specified in the solicitation. ����� (b) To be considered for award, offers of ""equal"" products, including ""equal"" products of the brand name manufacturer, must- ���������� (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; ���������� (2) Clearly identify the item by- �������������� (i) Brand name, if any; and �������������� (ii) Make or model number; ���������� (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and ������� ���(4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. ����� (c) The Contracting Officer will evaluate ""equal"" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. ��� ��(d) Unless the offeror clearly indicates in its offer that the product being offered is an ""equal"" product, the offeror shall provide the brand name product referenced in the solicitation. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors FAR 52.204-13 System for Award Management Maintenance FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations 52.252-2 -- Clauses Incorporated by Reference. 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 this address:� http://farsite.hill.af.mil/vffara.htm. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than 07/28/2023 @ 10:00 AM EST Offers may be emailed to Lu Chang at � by 10:00 am eastern standard time July 28, 2023.� Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2172175).� Late submission shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via email to Lu Chang at lu-chang.lu@nih.gov. Edit 1: Revised the closing date from 11:00 AM EST on 7/29/2023 to 10:00 AM EST on 7/28/2023
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9cd54998ebf1493db82fce77d9ba684e/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06759341-F 20230723/230721230049 (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.