SOLICITATION NOTICE
66 -- Laboratory Microwave Chemistry Synthesizer
- Notice Date
- 7/9/2020 12:30:46 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
- 75N95020Q00193
- Response Due
- 7/15/2020 12:00:00 PM
- Archive Date
- 07/30/2020
- Point of Contact
- Ty Lawson, Phone: 3014969868
- E-Mail Address
-
ty.lawson@nih.gov
(ty.lawson@nih.gov)
- 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 75N95020Q00193 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 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), NIDA Office of Acquisitions � National Center for Advancing Translational Sciences (NCATS) Section, on behalf of the NCATS, intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to CEM Corporation, 3100 Smith Farm Road, Matthews, NC for Discover 2.0 Autosampler 48 System. 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated July 2, 2020. (iv)������ The associated NAICS code is 334516 and the small business size standard is 1000 employees. No set-aside restriction is applicable. (v)������� Project requirements: Qty (1) Discover 2.0 Autosampler 48 System (CEM Corporation item number 925162).� Qty (1) Installation and Training Discover SP � Day (CEM Corporation item number SVRFINSDH) Qty (1) Shipping -Discover/Explorer (Synthesis) Qty (1) Applications & Technical Support Synthesis (CEM Corporation item number APP-Synthesis) (vi)������ Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within three weeks after receipt of order. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)���� The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price. (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. (ix)������ Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with offers. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The following addendum applies: The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xi)������ FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)���� The offeror must complete and return FAR 52.204-24 with its offer. (xiv)���� This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement. If the Government opts to use a competitive procurement, offers will be evaluated using a comparative evaluation approach in accordance with FAR 13.106-2(b)(3). In that case, award will be made to the responsible offeror whose response meets the solicitation�s requirements and, as a whole, will be most advantageous to the Government, price and other factors considered. The comparative evaluation will include: Technical Capability of the item(s)/service(s) to meet the Government requirement, Price, Terms and Conditions, and Past Performance. Responses may exceed capability or performance characteristics of the solicitation�s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation�s requirements if it provides a benefit to the Government. 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.� (xv)����� 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. Fax responses will not be accepted. All responses must be received by 7/15/2020 at 3:00 PM Eastern Standard Time and reference solicitation number 75N95020Q00193. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868. The name of the individual to contact for information regarding the solicitation: Ty Lawson, Contract Specialist, ty.lawson@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/092fe1c36f6e4f01a07c16f975159eeb/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05716665-F 20200711/200709230144 (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 |