SOLICITATION NOTICE
66 -- ELECTROPHORESIS INSTRUMENT - Bill of Material
- Notice Date
- 9/7/2018
- 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-RFQ18-1916243
- Archive Date
- 10/2/2018
- Point of Contact
- Akilah Bullock, Phone: 3017617500
- E-Mail Address
-
akilah.bullock@nih.gov
(akilah.bullock@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Bill of Material 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 will not be issued. Submit offers on NIAID-RFQ18-1916243. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, date August 22, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a business size standard of 1000. The acquisition is being competed as Full and Open and will be processed under Simplified Acquisition Procedures, in accordance with FAR 13.5.. This is not a small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), in support of the Vaccine Research Center (VRC) seeks an FFE Service GmbH Free Flow Electrophoresis Instrument, type Nextgen 2017. This proposed purchase is for Brand Name or Equal products. This instrument will allow the lab to perform free flow electrophoresis to fractionate serum antibodies at the clonal level. Please see attached Bill of Materials (BOM) for further details attached to this solicitation. To be considered for award, offerors of "equal" products, including "equal" products of the brand name manufacturer, must meet the following criteria for the salient characteristics: 1. Shall provide super high resolution of antibody separation (96 fractions with high resolution, as low as an isoelectric point difference of 0.02) 2. Shall provide a high recovery rate of protein (a sample recovery rate of 90% or above) 3. Shall be able to analyze, fractionate, and collect serum antibodies based on isoelectric point 4. Shall be able to differentiate different antibody molecules using their isoelectric point and allow for the analysis and collection of serum antibodies at a clonal level. All interested vendors must be registered as a vendor in the System for Award Management (SAM) by the closing of this RFQ. FOB Point shall be Destination: 40 Convent Drive, Bethesda, Maryland 20814 Delivery will be made 60 days after receipt of award. As a result of this RFQ, the government intends to award to the responsible contractor whose offer conforming to the solicitation will be most advantageous to the Government. The firm fixed price award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1 Instructions to Offerors Commercial Items (Aug 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Aug 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 The following contract clauses apply to this acquisition: FAR 52.203-18, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-19, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 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 (Aug 2018) FAR 52.217-6 Option to Increase Quantity (Mar 1989) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) FAR 52.232-39 Unenforceability of Unauthorized Obligations (June 2013) 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 (December 18, 2015) HHSAR 352.208-70 Printing and Duplication (December 18, 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote 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 a Free Flow Electrophoresis instrument 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 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:" (Quoter shall list exception(s) and rationale for the exception(s).) Question and Answer session ends September 11, 2018, 1 p.m. Eastern Submission shall be received not later than September 17, 2018, 1 p.m. Eastern. Offers may be e-mailed to akilah.bullock@nih.gov referencing NIAID-RFQ18-1916243. 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-RFQ18-1916243/listing.html)
- Place of Performance
- Address: 40 Convent Drive, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN05080027-W 20180909/180907231908-ad02207fa3c55ec6f5dcbca83ae14b34 (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 |