Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 21, 2022 SAM #7600
SOLICITATION NOTICE

66 -- Cytation C10 Confocal imaging Reader

Notice Date
9/19/2022 11:00:07 AM
 
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
NIAID-RFQ-22-2133303
 
Response Due
9/22/2022 12:00:00 PM
 
Archive Date
10/07/2022
 
Point of Contact
Tonia Alexander, Phone: 2406695124
 
E-Mail Address
talexander@niaid.nih.gov
(talexander@niaid.nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested.� The Solicitation number is RFQ-NIAID-22-2133303 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 12 - Acquisition of Commercial Items, and FAR Part 13 - Simplified Acquisition Procedures.� This acquisition will be made pursuant to the authority in FAR Part 13.501(a)(1).� The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07 Effective August 10, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334516 � Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees.� The Product or Service Code (PSC) is 6640 � Laboratory Equipment and Supplies.� The requirement is being competed as full and open competition, with a brand name restriction, and without a small business set-aside. The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein.� By submitting a quote, the offeror is accepting that all government terms and condition shall prevail over the award. STATEMENT OF NEED The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Bacteriology (LB), Tick-Pathogen Transmission Unit (TPTU) studies the tick salivary gland physiology and tick feeding biology to understand how salivary proteins support blood feeding and facilitate transmission of tick-borne pathogens.� A deeper understanding of tick feeding biology is needed to discover weak links that can be targeted for effective development of anti-tick and/or pathogen-blocking vaccines.� Confocal microscopy can enable a level of detail in our samples that is not possible with widefield optics. Not only obtaining improved image quality, but also getting improved quantification and analysis with confocal images.� This equipment will be used to run experiments at the TPTU and will be available to other researchers at Rocky Mountain Laboratories (RML).� The purpose of this acquisition is to obtain a Cytation C10 Confocal Imaging Reader instrument and accessories in accordance with Attachment A � Bill of Materials (BOM). PERIOD OF PERFORMANCE Delivery is requested as soon as possible.� Estimated lead time for delivery is 120 days from date of acceptance of award. SHIPPING AND DELIVERY INSTRUCTIONS Delivery location is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840.� The Loading Dock is at semi-truck height.� The Loading Dock hours are as follows: 8am - 4pm Mountain Standard Time, Monday through Friday except for Federal Holidays.� All equipment delivered shall contain a Packing Slip (with serial numbers when applicable).� FOB: Destination.� All equipment delivered shall contain a Packing Slip (with serial numbers when applicable).� INSTRUCTIONS All interested offerors shall provide a quote for the requirement as outlined in Attachment A �Bill of Materials and Attachment 2 � Justification & Approval.� The Government may evaluate only those quotes that fully meet the requirements as outlined in the BOM and J&A and respond to the instructions and requirements below. 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.� Vendors shall be an authorized reseller for the Cytation C10 Confocal Imaging Reader.� Documentation showing active authorized reseller status is requested with the quote.� Only bona fide Cytation C10 products are acceptable.� All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation.� The successful vendor�s quote may be incorporated by reference.� By submission of an offer, the offeror acknowledges the requirement that a prospective awardee must be registered in the System for Award Management (SAM) www.Sam.gov 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).� [Note: Lack of registration in the SAM will make a vendor ineligible for award].� All interested offerors shall provide a quote to include a point of contact (name, phone number, and email address) and company information (Unique Entity Identifier (UEI) and Cage Code).� Each response must clearly indicate the capability of the vendor to meet all specifications and requirements.� Quotes are due by 3:00pm EST on Thursday, September 22, 2022.� Quotes must be emailed to the attention of Tonia Alexander at talexander@niaid.nih.gov.� Late quotes will not be considered.� All responsible sources who can provide the required Cytation C10 Confocal Imaging Reader may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this combined synopsis/solicitation should be emailed to talexander@niaid.nih.gov. EVALUATION NIAID will evaluate quotes to determine the best value to the government.� NIAID will make that determination based on technical acceptability, price, warranty, and past performance.� NIAID will evaluate price only for those quotes which are rated as technically acceptable.� In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. SPECIAL NOTICE TO OFFERORS Offerors 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. ELECTRONIC INVOICING The successful offeror may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP).� The Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.� The Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform- information/attachment-files.� The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF).� The Contractor must submit only one invoice per email.� Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer. REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (SECTION 889) All quoters shall complete the Representations and Certifications in System for Award Management (SAM).� The SAM website may be accessed at: https://sam.gov/content/home.� Quoters shall complete Section 889 Representation 52.204-26 in SAM.gov or complete and INCLUDE the attached representation with your Quote. SECTION 508 Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities.� Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Vendors must identify whether a quoted Information and Communication Technology (ICT) product or service is compliant with the Section 508 accessibility standards at 36 CFR 1194.� The quote must also identify where full details of compliance can be found (e.g., vendor's website or other exact location.)� For more information on Section 508 standards visit https://www.section508.gov/. PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.203-18 � Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representations (Jan 2017) FAR 52.204-7 � System for Award Management (Oct 2018) FAR 52.204-13�� System for Award Management Maintenance (Oct 2018) FAR 52.204-16 � Commercial for Government Entity Code Reporting (Aug 2020) FAR 52.204-18�� Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21 � Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) FAR 52.204-24 � Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26�� Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.209-7 � Information Regarding Responsibility Matters (Oct 2018) FAR 52.212-1 � Instructions to Offerors � Commercial Products and Commercial Services (Nov 2021) FAR 52.212-3 � Offeror Representations and Certifications � Commercial Products and Commercial Services (May 2022) FAR 52.212-4 � Contract Terms and Conditions � Commercial Products and Commercial Services (Nov 2021) FAR 52.212-5 � Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Products and Commercial Services (May 2022) FAR 52.232-25 � Prompt Payment (Jan 2017) FAR 52.232-40 � Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) FAR 52.242-15 � Stop-Work Order (Aug 1989) FAR 52.252-2 ��Clauses Incorporated by Reference (Feb 1998) The following Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses apply to this acquisition: HHSAR 352.203-70 � Anti-lobbying (Dec 2015) HHSAR 352.208-70 � Printing and Duplication (Dec 2015) HHSAR 352.222-70 � Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.223-70 � Safety and Health (Dec 2015) HHSAR 352.224-71 � Confidential Information (Dec 2015) HHSAR 352.232-71 � Electronic Submission of Payment Requests (No Date) � FULL TEXT HHSAR 352.239-73 � Electronic and Information Technology Accessibility Notice (Dec 2015) HHSAR 352.239-74 � Electronic and Information Technology Accessibility (Dec 2015) List of Attachments A - Bill of Materials (BOM) B - Justification and Approval Redacted C - FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/0a6e0fc93ff14d79a68dd5e25e8fc4e6/view)
 
Place of Performance
Address: Hamilton, MT 59840, USA
Zip Code: 59840
Country: USA
 
Record
SN06471078-F 20220921/220919230121 (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.