Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 20, 2020 SAM #6870
SOLICITATION NOTICE

66 -- Portable Ultrasound Equipment - Veterinary System

Notice Date
9/18/2020 12:49:51 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-205279V2
 
Response Due
9/24/2020 11:00:00 AM
 
Archive Date
10/09/2020
 
Point of Contact
Laura Grey, Phone: 4063759812
 
E-Mail Address
laura.grey@nih.gov
(laura.grey@nih.gov)
 
Description
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 document will not be issued. Submit offers on RFQ-NIAID-2025279V2. 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 2020-07 Effective August 31, 2020. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. This acquisition is being posted as Full and Open, and is not set aside for small business. The National Institute of Allergy and Infectious Diseases (NIAID), The Office of the Chief Scientist for the Integrated Research Facility (IRF) at Ft. Detrick, is working to develop a nonhuman primate model to rapidly screen proposed coronavirus countermeasures.� The candidate animals will need to be quickly evaluated for suitability for use on coronavirus studies. The IRF is seeking to purchase a new portable Ultrasound machine that is safe for veterinary use. The Minimum salient characteristics are listed below: Portable Veterinary System High resolution, digital system Full bleed glass display B/M-mode and color doppler Pulse Wave Doppler DICOM (worklist, print, store, storage commit and capability to interface with PACS via ethernet) USB ports Mobile cart with small footprint (no larger than 24�X24�) 3 Transducer connection/docking Transducers Linear Array �hockey stick� for vascular, lung, nerve, ophthalmic imaging Linear Array for vascular, nerve, superficial, cranial Convex for abdominal, cardiac, neonatal head Phased Array for abdominal, cardiac, pediatrics PLEASE INCLUDE COUNTRY OF ORIGIN� ��ESTIMATED TIME OF DELIVERY APPLICABLE SHIPPING CHARGES TO Frederick, MD Place of Delivery: NIH NIAID 8200 Research Plaza Frederick, MD 21702 INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirements as outlined above, please supply descriptive data for evaluation purposes � All quotes shall include. (1) The salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (5) Country of Origin � must be included or offer will be Not be considered. (6) price(s) (unit price, extended price, total price); (7) documentation (letter from Manufacturer ) demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product (8) estimated delivery time frame; (9) DUNS #; and Cage Code; (10) The vender representations for FAR 52.204-24 and 52.204-26 must be signed and returned with your offer (Please see attached 889 compliance document). �The Contracting Officer is not responsible for locating or obtaining any information, listed above, not identified in the offer. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. 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 Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award. EVALUATION: NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor�s quote to provide all requested products/services, meet the salient characteristics, provide the proposed products/service in a timely manner (delivery date), warranty, past performance, and reasonable price. The Government�s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Vendor. Award will be based on the capability of the item offered to meet the stated salient characteristics, the best value to the government, delivery, warranty, and price. SPECIAL NOTICE TO VENDORS Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses apply to this acquisition: The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: Health and Human Services (HHS) Acquisition Alert 2020-10 all COVID-19 award actions: �HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A�Health Resources Priorities and Allocations System.� 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 (December 18, 2015) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (August 2020)**must be signed and returned with your quotation. 52.204-26 Covered Telecommunications Equipment or Services-Representation (August 2020)***must be signed and returned with your quotation. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (August 2020) FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications � Commercial Items (August 2020) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements-Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.225-1 -- Buy American�Supplies (May 2014) FAR 52.225-2 -- Buy American Certificate (May 2014) FAR 52.225-13 --Restriction on Certain Foreign Purchases (Jun 2008) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) Copies of the above-referenced provisions and clauses are available from http://farsite.hill.af.mil/vffara.htm or, upon request by email. Submission shall be received not later than September 24th, 2020 @ 2:00 EST Offers may be mailed, e-mailed to Laura Grey; (E-Mail/ laura.grey@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2025279V2). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Laura Grey at laura.grey@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/e96c0faf9dab4eda89f83b8d3db490fa/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05803803-F 20200920/200918230207 (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 |
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.