SOLICITATION NOTICE
66 -- Agilent Labeling Kits, Microarrays and Lab Supplies (AMBIS 2230311)
- Notice Date
- 8/13/2024 4:40:30 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
- RFQ-NIAID-24-2230311
- Response Due
- 8/22/2024 8:00:00 AM
- Archive Date
- 09/06/2024
- Point of Contact
- Kimberly Rubio, Phone: 3017616892
- E-Mail Address
-
kimberly.rubio@nih.gov
(kimberly.rubio@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-2230311 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, May 22, 2024. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with a size standard of 1000 employees. The requirement is being competed with a brand name restriction, and without a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Agilent Brand Name supplies: 1. Unrestricted AMADID Release GE, Catalog#: G2519F, Quantity of 100 2. LowInput QuickAmp Labeling Kit One-Color, Catalog#: 5190-2305, Quantity of 17 3. Pack 100 Backings 4 Arrays per Slide, Catalog#: G2534-60013, Quantity of 1 4. Gene Expression Hybridization Kit, Catalog#: 5188-5242, Quantity of 10 5. Gene Expression Wash Pack, Catalog#: 5188-5327, Quantity of 2 6. RNA Spike In Kit -One Color, Catalog#: 5188-5282, Quantity of 1 7. Shipping and Handling, Quantity of 1 The Viral Pathogenesis and Evolution Section (VPES) within Laboratory of Infectious Diseases (LID) conducts research directed toward defining the causes and epidemiology of respiratory viral disease and developing means for their control, including universal influenza and SARS-CoV-2 vaccine development. VPES engages in a wide range of research activities that extends from clinical virology to molecular characterization of highly virulent H5N1 influenza viruses to the development of novel vaccines and antiviral drugs. Scientists in the section employ high-throughput genomics and computational approaches to study respiratory viral disease and develop and test novel universal influenza and SARS-CoV-2 vaccines. One approach toward achieving this goal is to characterize the immune and inflammatory responses in immune cells and lung tissue collected from na�ve mice or mice vaccinated with novel universal influenza and SARS-COV-2 vaccines developed by the VPES. This project will examine global gene expression responses in 400 RNA samples before and after vaccination and viral challenge.� It is essential for this project to minimize experimental variables and a potential source of variation is using different manufacturing lots of the Agilent Low Input Quick Amp Labeling Kits and Gene Expression Microarray. Because of the very large number of samples to be assayed in this project this year, we require that all microarrays and labeling kits be from the same manufacturing runs.� This is a critical requirement for these long-term universal vaccine projects. The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements, price and delivery. By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (NOV 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) 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). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than August 22, 2024 @ 11:00 AM EST All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fe81f337f9314b83900a09e7e317338e/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN07168879-F 20240815/240813230127 (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 |