Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2018 FBO #6118
SOLICITATION NOTICE

65 -- One Multiphoton Confocal Microscope - Evaluation Criteria - FAR 52 212 5

Notice Date
8/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID-RFQ18-1913315
 
Archive Date
9/1/2018
 
Point of Contact
Bradley C. Engel, Phone: 301-761-6795
 
E-Mail Address
brad.engel@nih.gov
(brad.engel@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52 212 5 Evaluation Criteria This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.603, "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; proposals are being requested. Submit offers on NIAID-RFQ18-1913315. This solicitation is a Request for Quote (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99, dated July 16, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. This is a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking One Multiphoton Confocal Microscope. Requirements are included in this solicitation and attached instructions/evaluation criteria. Period of Performance (POP): Shall be delivered 60 days after award. NIAID will evaluate all proposals to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's proposal to meet the specifications listed in this solicitation. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and past performance outweigh price factors. In the event proposals are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. If the Contracting Officer determines that the number of proposals that would otherwise be in the competitive range exceeds the number at which an efficient competition can be conducted, the Contracting Officer may limit the number of proposals in the competitive range to the greatest number that will permit an efficient competition among the most highly rated proposals. In addition, the Government may elect to identify up to three highly-qualified vendors to participate in system demos and submission of best-and-final offers. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-2 Evaluation Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) 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 The following contract clauses apply to this acquisition: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.222-48 -Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. (May 2014) HHSAR 352.203-70 Anti-Lobbying (Dec 2015) HHSAR 352.239-74 Electronic and Information Technology Accessibility (Dec 2015). HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their proposal and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation 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 or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for One Multiphoton Confocal Microscope as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all proposals should include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than previously stated. Submissions may be e-mailed to brad.engel@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ18-1913315/listing.html)
 
Place of Performance
Address: 5625 FISHERS LANE, BETHESDA, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN05051082-W 20180824/180822231355-68d785e55a9a5d208cc8650d6d9bdec8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.