SOLICITATION NOTICE
58 -- ANP Technologies NIDS 5 Plex Assays and Sampling Kits
- Notice Date
- 9/13/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device Manufacturing
- Contracting Office
- Department of Homeland Security, Federal Emergency Management Agency, Preparedness Branch, Office of Acquisition Management, 16825 South Seton Avenue, Emmitsburg, Maryland, 21727, United States
- ZIP Code
- 21727
- Solicitation Number
- HSFE20-12-Q-0110
- Archive Date
- 10/3/2012
- Point of Contact
- Laura B. Harshbarger, Phone: 3014477611, Gary Patrick Topper, Phone: 301-447-7280
- E-Mail Address
-
laura.harshbarger@dhs.gov, gary.topper@fema.dhs.gov
(laura.harshbarger@dhs.gov, gary.topper@fema.dhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR 12.6, Streamlined Procedures for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. It is incumbent upon contractors to monitor the FEDBIZOPS web page for any/all subsequent amendments. FEDBIZOPS also contains an option for automatic notification service. The solicitation number is HSFE20-12-Q-0110. The solicitation is issued as a request for quotation (RFQ). Provisions and clauses in effect through the most recent Federal Acquisition Circular are incorporated. It is the contractor's responsibility to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and www.acq.osd.mil/dpap/dfars/index.htm. The NAICS code is 334519, with a size standard of 500 employees. This is a full and open competition. All businesses are encouraged to submit a quote. The Federal Emergency Management Agency, on behalf of the Center for Domestic Preparedness (CDP), requests responses from qualified sources capable of providing: 200 each NIDS 5-Plex assays (ANP Technologies part number 5L-001) and 200 each NIDS Sampling Kits (ANP Technologies part number SK-001). THIS IS A BRAND NAME ONLY REQUIREMENT pursuant to FAR 6.302-1(c). The Brand Name Only Justification is based on A) The NIDS reader, an instrument already incorporated into the CDP's training, operates solely in conjunction with the NIDS assays. It would not be cost effective to purchase new readers in addition to assays. B) NIDS offers technology that is unique; through advances in nanotechnology, NIDS assays have been designed to control the orientation of bioactive molecules (i.e. antibodies) at the nonoscale level. As such, the NIDS platform is configured with preferentially attached (i.e. orchestrated) antibodies to facilitate the capture of analytes (in solution) that have been introduced to the assay via the sample well. BRAND NAME ONLY SPECIFICATIONS: 1. 200 each NIDS 5-Plex assays (ANP Technologies part number 5L-001) and 200 each NIDS Sampling Kits (ANP Technologies part number SK-001). 2. All equipment shall be new from the manufacturer. Used or refurbished equipment, or equipment obtained from a third party shall not be accepted. 3. FOB Destination, Anniston, AL, 36205. EVALUATION FACTORS FOR AWARD: The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable offer, which shall represent best value to the Government. Award shall be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors (i.e. technical conformance to the requirements of the solicitation). Evaluation of price will be based on the offeror's total price for all line items as delivered to the specified destination. Past Performance is not an evaluation factor for this acquisition. The following factors shall be used to evaluate offers: 1. Technically acceptable in conformance to the requirements of the solicitation. 2. Price (total price). The offeror's initial proposal shall contain the offeror's best terms from a price and technical standpoint. The Government intends to evaluate offers and award a contract without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government reserves the right to make no award as a result of this solicitation. INSTRUCTIONS TO OFFERORS: Offerers shall provide sufficient technical documentation (including but not limited to: product literature, specifications) to allow for thorough evaluation of proposal. Additionally, the vendor shall fully explain their ability to meet the requirements above. This is an all or nothing award. Please submit a complete quote listing the both required items. The offeror must quote on both items or the offeror's quote will not be considered. Shipping shall be FOB Destination. Quote shall specify the Total Price. Quotes will be evaluated for Completeness (all CLINS are priced). Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price purchase order. Offerors shall submit firm-fixed pricing for all above requirements. Include any applicable discounts to the Government. Delivery date is 30 days after receipt of order. Other Administrative Instructions: Offerors must be registered on the website System for Award Management (SAM). Registration is free and can be completed on-line at http://www.sam.gov. If you were previously registered in CCR and ORCA, your information has been migrated to SAM. Responsibility: Evidence of Responsibility. The following information is required to assist the Contracting Officer in making a responsible prospective contractor determination as required in FAR 9.1. Offer shall provide a copy of the offeror's most current, complete, audited (if available) two years of financial statements (at a minimum, balance sheets and income statements). FEMA uses balance sheet and income statement information to determine financial responsibility. NOTE: Do NOT submit tax returns. Provide an explanation for any negative financial information disclosed, including negative equity or income. You may be required to provide letters of credit or other documentation to demonstrate that adequate financial resources are available. The offeror must submit sufficient evidence of responsibility for the Contracting Officer to make an affirmative determination of responsibility pursuant to the requirements of FAR 9.104-1. To be determined responsible a prospective contract must: a. Have adequate resources, including financial, facilities, equipment and personnel, to perform the contract, or the ability to obtain them (see FAR 9.104-3(a)); b. Be able to comply with the required or proposed delivery or performance schedule, taking into consideration all existing commercial and government commitments; c. Have a satisfactory performance record (FAR 9.104-3(b) and FAR 42.15). A prospective contractor shall not be determined responsible or non-responsible solely on the basis of a lack of relevant performance history, except as provided in FAR 9.104-2; d. Have a satisfactory record of integrity and business ethics; e. Have the necessary organization, experience, accounting and operational controls, and technical skills, or the ability to obtain them (including, as appropriate, such elements as property control systems, quality assurance measures, and safety programs applicable to services to be performed by the prospective contractor and subcontractors (see FAR 9l104-3(a)); f. Be otherwise qualified and eligible to receive an award under applicable laws and regulations However the Contracting Officer will comply with FAR 19.6. Offerors should seriously address each element of responsibility. FAR Provisions & Clauses: FAR 52.212-1, Instructions to Offerors---Commercial Items, apply to this acquisition with the exception of (d), (h), and (i) of the clause, which are RESERVED; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions---Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. In compliance with said clause, the following FAR clauses apply: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Handicapped Workers with disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (DEVIATION); 52.233-1, Disputes 52.233-3, Protest After Award; 52.233-4, Applicable Law for Breach of Contract Claim. HSAR 3052.204-71, Contractor employee access; HSAR 3052.247-72, FOB Destination Only; HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (JUN 2006). QUOTE TIMELINE: Quotes are due no later than September 18, 2012, 4:00 p.m. Eastern Standard Time. Please submit quotes via email to Laura Harshbarger, laura.harshbarger@fema.dhs.gov. Inquiries and information received after the established deadlines shall not be considered for this particular acquisition. Oral communications are not acceptable in response to this notice. Only written inquiries will be accepted. E-mail inquires must be in MS Word, Excel, or PDF format.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/FEMA/NETC/HSFE20-12-Q-0110/listing.html)
- Place of Performance
- Address: Center for Domestic Preparedness, 40 Twill Lane, ATTN: Monica Sheffield, Anniston, Alabama, 36205, United States
- Zip Code: 36205
- Zip Code: 36205
- Record
- SN02881478-W 20120915/120914001050-07840abaa2e3d239ad9f1cffb49f2f03 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |