SOLICITATION NOTICE
66 -- Teledyne (Brand Name Only) CombiFlash EZ Prep Chromatography system; including installation, training and 1 year full service coverage
- Notice Date
- 2/7/2024 8:42:53 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
- 75N95024Q00145
- Response Due
- 2/14/2024 12:00:00 PM
- Archive Date
- 02/29/2024
- Point of Contact
- Michele Pastorek, Phone: 3018271739
- E-Mail Address
-
michele.pastorek@nih.gov
(michele.pastorek@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: CombiFlash EZ Prep Chromatography system; including installation, training and 1 year full service coverage. (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 �75N95024Q00145 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 Firm Fixed Priced contract without providing for full and open competition (including brand-name) to Small Business, authorized resellers of Teledyne of 4700 Superior St., Lincoln, NE� 68504 for 1 CombiFlash EZ Prep Chromatography system; including installation, training and 1 year full service coverage. This acquisition is conducted as non-competitive for a commercial item and is conducted pursuant to FAR 13.106-1(b)(1). The Teledyne CombiFlash EZ Prep Chromatography system is the only brand available that can meet NCATS� needs. �The essential characteristics of the CombiFlash EZ Prep Chromatography System that limit the availability to a sole source is the compatibility of the system with the peripheral parts and consumables. At the core of the CombiFlash EZ Prep Chromatography System is a disposable cartridge pre-packed with silica gel of a uniform particle size. The fitting of the cartridges to the CombiFlash EZ Prep Chromatography System is specific and thus a different unit from other vendors will not be compatible with the existing cartridges. Additionally, a unqiue set of plungers are used to feed a user�s materials to the cartriges. The fitting of the plungers to the CombiFlash EZ Prep Chromatography System is equally specific and thus a different unit from other vendors will not be compatible with the existing plungers. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-02 dated January 22, 2024. (iv)������ The associated NAICS code 334516 � Analytical Laboratory Instrument Manufacturing.� The size standard is 1,000 employees. (v)����� This requirement is for one (1) CombiFlash EZ Prep Chromatography system; including installation (Bethesda, MD), on-site training and 1 year full service coverage. (vi)������ Background: The CombiFlash EZ Prep Chromatography Systems have been used by DPI chemists in their daily experiments to prepare and purify organic compounds which are to be tested in various project-specfic assays. On average ~10 of such purifications are performed daily in the lab. This purification system will allow medicinal chemists to do regular flash column chartography purification from a range of scale from 50 gram to 5 mg. Such purification systems thus are an integral part of the research efforts at NCATS and without the such units productivity will be negatively affected. Salient characteristics: The intuitive user interface of the PeakTrak software minimizes any learning curve, enabling the user to efficiently complete their purification, saving time and solvent consumption. The PeakTrak software is easy to use, yet powerful enough to offer the control needed to purify compounds. It has the flexibility to separate a wide range of diverse sample amounts. Meeting varying purity requirements using multiple detection options is something the EZ Prep is well suited for. These multiple detection options include: UV, UV-Vis, ELSD. The System can switch between normal and reverse phase solvents automatically, without user interaction. (vii)����� The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated delivery is: 90 Days After Receipt of Order (ARO), 1 Year Service Agreement to begin the date of installation. (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 (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023) 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 52.204-24 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 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. 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 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2023) NIH Invoicing with IPP (Mar 2023) (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. Price b. Technical capability of the item offered to meet the Government requirement; 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 (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. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (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. The Unique Entity ID (UEI), 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 offers must be received by 3:00p.m., Eastern Daylight/Standard Time, on February 14, 2024 and reference solicitation number 75N95024Q00145. Responses must be submitted electronically to Michele Pastorek, Contract Specialist at michele.pastorek@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/294859650b3b4ec1ba1cfc0f072536c5/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06958572-F 20240209/240207230050 (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 |