Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2020 SAM #6965
SOLICITATION NOTICE

Q -- Laboratory Testing � Reagent Kits-Brand Name or Equal requirement

Notice Date
12/22/2020 4:55:27 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95021Q00019
 
Response Due
12/30/2020 11:00:00 AM
 
Archive Date
01/14/2021
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@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 75N95021Q00019 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 expected to exceed the simplified acquisition threshold. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2021-02, dated 11/23/2020. (iv)������ The associated NAICS code 325413 and the small business size standard is 1,250 employees. No set-aside restriction is applicable. (v)������� This acquisition is for the following item: Olink Explore 1536 Reagent Kit. This is a Brand Name or Equal requirement. ����������� ��Features of the product that are essential to the Government�s needs:� Carry out ����������� proteomic analysis on multiple matrices and have coverage of multiple biological ����������� pathways. To provide relative quantitation of the protein targets. Needs to do NGS �� ����������� readout and use small sample volume (<10 ul).������������������� (vi)������ Delivery shall be to: The National Institute on Aging 251 Bayview Blvd. Baltimore, MD 21224 The Government anticipates award of a firm fixed-price purchase order and the anticipated delivery schedule is within 12 months ARO. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition.� This announcement incorporates one or more provisions by reference, with the same force and e ect as if they were given in full text.� he full text of a solicitation provision may be accessed electronically at these addresses: ����������� https://www.acquisition.gov/browse/index/far ����������� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html (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. The following factors shall be used to evaluate offers: Technical capability of the item offered to meet the Government requirement, and Price. Technical is significantly more important than price. (b) 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 must include a completed copy of the provisions at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, and FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment with their offer. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� 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 (Aug 2020) 52.204-18, Commercial and Entity Code Maintenance (Aug 2020) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment (Oct 2020) 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)����� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this announcement 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; 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 Wednesday, December 30, 2020 at 2:00 pm Eastern Time, and reference number 75N95021Q00019. Responses must be submitted by email to Fred Ettehadieh, Contracting Officer, fred.ettehadieh@nih.gov. Fax responses will not be accepted. Attachments: FAR 52.204-24 (Oct 2020) FAR 52.212-5 (Nov 2020) GuidanceInvoiceSubmission
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/79d21c430efa461c8c97f76df89e28c5/view)
 
Place of Performance
Address: Baltimore, MD 21224, USA
Zip Code: 21224
Country: USA
 
Record
SN05879517-F 20201224/201223061146 (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.