SOLICITATION NOTICE
66 -- GloMax Discover Microplate Reader
- Notice Date
- 7/7/2020 3:40:20 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NINDS-CSS-20-00694
- Response Due
- 7/17/2020 9:00:00 AM
- Archive Date
- 08/01/2020
- Point of Contact
- Sneha V. Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: GloMax Discover System (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 HHS-NIH-NINDS-CSS-20-00694 and the solicitation is issued as an 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Office of Acquisitions on behalf of the National Instute of Neurological Disorders and Stroke (NINDS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Promega � Madison, WI for GloMax Discover System by Promega. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-1(c)(1). Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification: NINDS requires a multimode plate reader to detect luminescence, fluorescence intensity, and visual absorbance for studies of cell signaling, viability, apoptosis, and gene expression. The instrument will be used for multiple types of assays and preparations, which will vary widely in light levels. In order to perform well over a wide range of conditions, the instrument must have a wide dynamic range (to allow for high-precision measurements under all conditions) and a low detection limit (to allow for good measurements even of low-level samples). The Glomax Discover has the broadest dynamic range (9 logs) and the lowest detection limit (3 x 10^-21 moles luciferase) of instruments on the current market. Other instruments cannot match these numbers. Therefore, the Glomax Discover is sought on a brand name basis. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06, dated May 06, 2020. (iv) The associated NAICS code 334516 and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions. (v) GloMax Discover System by Promega � Quantity 1 (vi) Multimode Plate Reader � See Attachment 1: Purchase Description The National Institute of Neurological Disorders and Stroke (NINDS) Laboratory of Circuits, Synapses, and Molecular Signaling (LCSMS) requires a multimode plate reader to detect luminescence, fluorescence intensity, and absorbance. RFQ Attachments: Attachment 1 � Purchase Description Attachment 2 � FAR 52.204-24 and 52.204-26 Certifications Attachment 3 � Terms and Conditions Attachment 4 � Invoice and Payment Instructions Attachment 5 � Interim Electronic Invoicing Instructions (vii) Contractor shall deliver the equipment within 30 days after receipt of order. The equipment shall be delivered between the hours of 8:00am and 5:00pm, Bethesda, MD, local prevailing time, Monday through Friday. Coordination of delivery will be performed with the Government at the time the equipment is ready to be shipped. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. (a) The Government will award a delivery order resulting from this RFQ on a Lowest Price Technically Acceptable (LPTA) basis, which requires that award be made to the lowest-priced quote that meets or exceeds the acceptability standards for non-cost factors. Technical capability of the item(s) offered to meet the Government requirement. Item(s) must meet all physical/salient characteristics, warranty, and delivery requirements identified in the Purchase Description. A technically acceptable quote must include the required quantities of all brand-name items described in the Purchase Description and comply with all requirements of the solicitation. (Pass/Fail) (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. See Attachment 3 � Terms & Conditions. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. See Attachment 3 � Terms & Conditions. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. See Attachment 3 �Terms & Conditions. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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 that believe that they are manufacturers or authorized resellers 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. In addition 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 July 17, 2020 at 12:00 PM, Eastern Standard Time and reference number HHS-NIH-NINDS-CSS-20-00694. Responses may be submitted electronically to Sneha V. Singh at sneha.singh@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/470211ff8f7042dbb34f421105dec607/view)
- Record
- SN05713831-F 20200709/200707230154 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |