Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2018 FBO #6132
SOLICITATION NOTICE

65 -- Promega cAMP-Glo Max Assay Kits, Brand Name or Equal Items - Solicitation Attachments

Notice Date
9/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800503
 
Archive Date
9/27/2018
 
Point of Contact
Mark E. McNally, Phone: (301) 827-5869, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov
(mcnallyme@mail.nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment No. 04 - Invoice and Payment Provisions Attachment No. 03 - FAR 52.212-5 (Aug 2018) Attachment No. 02 - FAR 52.212-3 (Aug 2018) Attachment No. 01 - Purchase Description (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; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is NIHDA201800503 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv) The associated NAICS code 325413 and the small business size standard 1,250 employees. This requirement is a total small business set-aside. (v) Generic Name of Product : cAMP Assay, 10 X 20 Plates (vi) Purchase Description : Two (2) brand name or equal assay kits equivalent to the following brand name item: cAMP-Glo Max Assay, 10 X 20 Plates Item Number: V1683 Manufacturer: Promega Corporation Quantity: Two (2). Salient characteristics : The brand name equal items must meet the following salient physical, functional, or performance characteristics of the brand name item to be acceptable for award: • Homogeneous (single step lysis and detection), bioluminescent, high-throughput assay kits to measure cyclic AMP (cAMP) levels in cells. • Incubation times <30 mins from addition to detection. • Scalable to 1536-well format. • Compatible with common peristaltic and solenoid valve-based high-throughput dispensers. Quantity : Two (2) assay kits. (vii) Delivery Date : Delivery within thirty (30) days after receipt of order (ARO). Delivery shall be addressed: ATTN: Hu Zhu NCATS 9800 Medical Center Dr., Bldg. B, Rm 1003 Rockville, Maryland 20850 (viii) Evaluation Criteria : The Government will 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) Technical capability of the item offered to meet the Government requirement; b) Price; and c) Past performance [see FAR 13.106-2(b)(3)]. (ix) The following provisions/clauses are incorporated by reference to this solicitation: • The provision at FAR 52.211-6, Brand Name or Equal (Aug 1999). • The provision at FAR 52.212-1, Instructions to Offerors -- Commercial Items (Aug 2018). • The provision at FAR 52.212-3, Offeror Representations and Certifications --Commercial Items (Aug 2018). This provision is provided in full text as an attachment to this solicitation. Offerors are to include a completed copy of the provision with its offer. • The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Jan 2017). • The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2018). This clause is provided in full text as an attachment to this solicitation. • The NIH Invoice and Payment Provisions (2/2014). These provisions are provided in full text as an attachment to this solicitation. (x) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii) 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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The Dun & Bradstreet Number (DUNS), 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 responses must be received by or before 12:00 PM Eastern Daylight Time, Wednesday, September 12, 2018, and reference number NIHDA201800503. Responses must be submitted electronically to Mark McNally, Contract Specialist, at mcnallyme@mail.nih.gov. Fax responses will not be accepted. (xiii) The contact for information regarding this solicitation is Mark McNally, Contract Specialist, mcnallyme@mail.nih.gov, 301-827-5869.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800503 /listing.html)
 
Record
SN05074141-W 20180907/180905231644-e957d46823932b42e11f5050d11f78a1 (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.