Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOLICITATION NOTICE

66 -- Plate Reader - 52.212-5 Terms and Conditions

Notice Date
8/31/2018
 
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
RFQ-NIAID-1922668
 
Archive Date
9/30/2018
 
Point of Contact
LaDonna R Stewart, Phone: 240-669-5123
 
E-Mail Address
lstewart@niaid.nih.gov
(lstewart@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Terms and Conditions This notice is a Combined Synopsis/Solicitation for commercial items prepared 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; quotes are being requested and a written solicitation document will not be issued. The Solicitation number is RFQ-NIAID-1922668 and the solicitation is issued as a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 -1 dated 16 JULY 2018. This requirement is 100% set aside for small businesses. The North American Industry Classification System code for this procurement is 334516 with a small business size standard of 1000 employees. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase the items listed below. Quantity, description, 1 - 2105-0020 EnVision Xcite Plate Reader 1- Warranty: Minimum 1 Year Warranty 1- Installation 2105-0021 Xcite Base unit 2105-0030 Test Plate (FI, TRF, Abs and Lumi) 2105-0035 EnVision Country Kit US 2105-0040 Ultra-sensitive luminescence module 1- 2100-8550 MLD Hourly Training Support 1- 2105-0105 EnVision Stacker Magazine 1- Regular Delivery [End of products and descriptions] - Applicable shipping charges must be represented on the quotation. - Applicable GSS scheduled items must be noted. - The Offeror's DUNS number must be present on the quotation. - FOB Point shall be Destination; Bethesda, MD 20892. Place of Performance/Delivery National Institutes of Health Bethesda, MD 20892 United States Award will be based on the capability of the item(s) offered to meet the salient characteristics of above stated items. Price, performance, delivery schedule, and warranty will be considered. Award will be made based on the best value to the Government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) 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. (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) 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 52.209-2 Prohibition on Contracting with Inverted Domestic Corporations-Representation (Nov 2015) The applicable subparagraphs of FAR 52.212-5 are included in the attachment to this posting. 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. The government intends to award a purchase order on or before September 15, 2018 as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes 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:" (Quotes shall list exception(s) and rationale for the exception(s).) All responsible small business sources may submit an offer that will be considered by this Agency. Submission shall be received not later than 12:00 pm Eastern Time on September 7, 2018. Offers should be e-mailed to LaDonna Stewart at lstewart@niaid.nih.gov by the response due date and time. Please reference the solicitation number (RFQ-NIAID-1922668) in the email subject line. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to LaDonna Stewart at lstewart@niaid.nih.gov no later than 5:00 pm Eastern time on September 5, 2018. Questions submitted after this time may not receive a response by the solicitation closing date and time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-NIAID-1922668/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05067145-W 20180902/180831231153-3121a163300aded866f420bf0e9b7022 (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.