Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2024 SAM #8205
SOLICITATION NOTICE

66 -- FIREFLY LIQUID HANDLERS EQUIPMENT UPGRADE (AMBIS 2217725)

Notice Date
5/13/2024 12:00:25 PM
 
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-24-2217725
 
Response Due
5/23/2024 1:00:00 PM
 
Archive Date
06/07/2024
 
Point of Contact
RITA DAVIS, Phone: 3017617461, Tonia Alexander, Phone: 2406695124
 
E-Mail Address
rita.davis@nih.gov, talexander@niaid.nih.gov
(rita.davis@nih.gov, talexander@niaid.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-24-2217725 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) 2024-04 May 01, 2024. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1000 employees. The requirement is being competed with a 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 the following Brand Name or Equal Supplies: Upgrades to two (2) of current firefly instruments to function more efficiently: firefly�+ Expansion Module for firefly�, Part # 3287-00010, quantity 2 Inheco ODTC 96KL Custom for firefly�+, Part # 3287-00011, quantity 2 firefly�+ ATL Head Upgrade Kit, Part # 3276-00029, quantity 2 The expansion can ONLY be added to an existing firefly by SPT Labtech. The expansion involves changing out the head (multi-channel head) for the new ATL Head (Automated Tip Loading). The ATL head will remove the need for tools for loading tips, as the tips will be loaded directly from the initial tip boxes. This drastically cuts down on needed bench space for preparation, storage of these tools, and reduces the risk of contamination with less parts needing cleaning between runs. The tips will be different for the ATL head-they are individual tips racked in 384 or 96 format. This will enable future features like cherry picking capabilities. The Expansion will house a thermal cycler (ODTC XL) from Inheco (96 or 384 format). The Expansion has shelves to house extra racks of tips, plates and lids (thermal cycler). The gripper will be altered to transfer plates/racks of tips in and out of the Expansion to the main firefly deck. These changes will ensure the firefly is maximizing bench-space efficiency, fully automating long NGS workflows in an extremely compact area. If offering an equal product, Country of Origin, place of manufactured products, must be provided with quote. Include all fees associated. Period of Performance:� Delivery estimate is 120 days after receipt and acceptance of award. Place of Performance: NIH, 40 Convent Drive, Bethesda, MD 20852, 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: 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 FAR 52.211-6 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) 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 23, 2024 @ 04:00 PM EST Offers may be e-mailed to Rita Davis (E-Mail rita.davis@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-23-2217725). 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 Rita Davis at rita.davis@nih.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/615c56bb82b94c6cb9b5de22c840923d/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN07062409-F 20240515/240513230054 (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.