SOLICITATION NOTICE
68 -- Britelite Plus 1000 ml Kit
- Notice Date
- 11/9/2018
- 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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- NIAID-RFQ-19-1933336
- Archive Date
- 12/9/2018
- Point of Contact
- LAWRENCE A. BLAND JR., Phone: 2406695113
- E-Mail Address
-
blandl@mail.nih.gov
(blandl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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. Submit offers on NIAID-RFQ-19-1933336. 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, dated August 22, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 1250. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to procure Britelite Plus 1000 ml Kit, Catalog # 6066769, Qty 60 ea. Two (2) kits per month for 10 months, no substitutions allowed. Period of Performance (POP): Base: 12/5/18 - 9/5/19 Option year 1: 12/5/19 - 9/4/20 Option year 2: 12/4/20 - 9/7/21 The award will be based on the following; price, capability to meet the requirements, delivery and the best value to the government. The Government intends to award without discussions, but reserves the right to conduct discussions should it be deemed in the Government's best interest. 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 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 (Aug 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) (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) 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). This is an open-market combined synopsis/solicitation for Britelite Plus 1000 ml Kit as defined herein. The government intends to award a purchase order because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. All quotes shall include: price, confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; and Cage Code. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. If an offeror proposes an OPEN MARKET item, NIAID will only consider those which are clearly identified on the quote as Open Market. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. 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).) Offers may be e-mailed to blandl@mail.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-RFQ-19-1933336/listing.html)
- Place of Performance
- Address: 9 West Watkins Road, Rm 150, Gaithersburg, Maryland, 20878, United States
- Zip Code: 20878
- Zip Code: 20878
- Record
- SN05148966-W 20181111/181109230537-93845419d607efc2098548ee74bf0d9f (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 |