Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 28, 2024 SAM #8188
SOLICITATION NOTICE

66 -- Firefly genomics instrument with stands and accessories- Brand Name or Equal

Notice Date
4/26/2024 6:50:41 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-24-2220126
 
Response Due
5/5/2024 1:00:00 PM
 
Archive Date
05/20/2024
 
Point of Contact
DIANA ROHLMAN, Phone: 4063639366, Jesse Weidow
 
E-Mail Address
diana.rohlman@nih.gov, Jesse.weidow@nih.gov
(diana.rohlman@nih.gov, Jesse.weidow@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-24-2220126 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) FAC 2024-03 February 23, 2024 The North American Industry Classification System (NAICS) code for this procurement is 334516, ANALYTICAL LABORATORY INSTRUMENT MANUFACTURING, with a small business size standard of 1000 employees. The requirement is being competed full and open competition, with brand name or equal restriction, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Brand Name or Equal 1)�� �Firefly genomics (See Quote) CAT # 3276-00006 QTY: 1 Includes:� Control Tablet with User Interface Software� 1 x Power Cord� 5 x Tip Stand (3276-08075)� 5 x Tip Loading Cassettes (FFY-A-01-EZL-SL-5) 1 x Dispense Reservoir Loading Tray� 1 x BioShake 3000 ELM Microplate Shaker� 2 x ColdPlate Heater Cooler Module� 1 x Adapter for PCR Plate (96 well) e.g. Eppendorf twin.tee� #0030-128.672� 1 x Dispense Reservoir ColdPlate Adaptor Plate� Plus a Starter Kit comprising of:� 1 x Std Reservoirs (pack of 50)� 1 x LDV Reservoirs (pack of 25)� 1 x Standard Syringes (pack of 10)� 1 x ULR Syringes (pack of 10)� 2 x Racks of 125�L 384 Filter Tips� 2 x Racks of 125�L 96 Filter Tips� 2 x Racks of 50�L 384 Filter Tips� 2 x Racks of 50�L 96 Filter Tips https://www.sptlabtech.com/product-help-center/firefly-user-guide-specifications-1.3-firefly-technology 2)�� �Universal Tip Stand CAT # 326-08075 QTY: 2 3)�� �Universal Tip Loading Cassette CAT # FFY-A-01-EZL-SL-5 QTY: 2� 4)�� �Ultra Low Retention Syringes CAT # 4150-07209 QTY: 1� 5)�� �Magnum FLX magnet Plate CAT # SZZ00237 QTY: 3 6)�� �Microplate Riser CAT # 3276-07838 QTY: 1 7)�� �Shipping and handling (FOB DESTINATION) Location 9 West Watkins Mill Road, Gaithersburg, MD 20878� Place of Performance: NIH/NIAID/VIP LAB, 9 West Watkins Mill Road, Gaithersburg, MD 20878 United States. �FOB: Destination 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 following: technical capability to meet the requirements and price. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition:� FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (FEB 2024) FAR 52.204-7 System for Award Management (OCT 2018) (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 FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: 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. (End of provision) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (FEB 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 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 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 May 5, 2024 @ 4:00 PM EST Offers may be e-mailed to Diana Rohlman, �diana.rohlman@nih.gov �Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2220126). Late submissions 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 e-mail to Diana Rohlman at diana.rohlman@nih.gov� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/70d391ebe4d04ef39b8927c17da0f10f/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN07044540-F 20240428/240426230047 (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.