SOLICITATION NOTICE
66 -- multimode microplate reader - Package #1
- Notice Date
- 4/5/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- RFQ-RML-C-1901794
- Archive Date
- 5/10/2018
- Point of Contact
- Kim Brown-Selig, Phone: 4063759840, Suzanne Miller, Phone: 406-363-9445
- E-Mail Address
-
kim.brown-selig@nih.gov, millers2@niaid.nih.gov
(kim.brown-selig@nih.gov, millers2@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR clause 52.212-5 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 (a written solicitation will not be issued) and quotes are being requested.The Solicitation number is RFQ-RML-C-1901794 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) 2005-97 January 24, 2018. The North American Industry Classification System (NAICS) code for this procurement is 334516; Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Multimode Microplate Reader system to include: • an integrated lid lifter to remove a lid from a plate • humidity control cassettes to prevent evaporation • dual injectors (Minimum injection volume: 5 microliters) for injecting solutions into a plate which can also be used in combination with the lid to inject solutions to a lidded plate •we require an instrument with a cool option that can cool to 18 C and has a temperature range: 18 C - 42 • Quad-monochromators and filters • Absorbance read mode (Range: 200 - 1,000 nm) • Fluorescence read mode • -Top and bottom reading • -Excitation range 230 - 900 nm • -Emission range 280 - 900 nm • -adjustable bandwidth (from 5-50 nm) • Luminescence read mode • Fluorescence polarization read mode • dual injectors • -minimum injection volume: 5 miccorliters • -Syringe pump • Evaporation control in combination with capability to inject using dual injectors • Capability for continuous shaking • ability to add modules for upgrades •1 year warranty •Quotes must include estimated delivery time, and shipping costs Place of Performance: NIH/NIAID Laboratory of Bacteriology, Pathogen Molecular Genetics Section, Bethesda, MD 20892 FOB: Destination 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; capability to meet the requirements, price, delivery, past performance, and the overall best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) 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 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 - (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2018) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2016) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) 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, under an active status, 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://farsite.hill.af.mil/vffara.htm or, upon request, either by email or fax. This is an open-market combined synopsis/solicitation for a Multimode microplate reader. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. Submission shall be received not later than 4/25/2018 9:00 am Mountain Time. Offers may be mailed, e-mailed or faxed to 406-375-9840, (E-Mail:kim.brown-selig@nih.gov). 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: kim.brown-selig@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-1901794/listing.html)
- Place of Performance
- Address: NIH/NIAID Laboratory of Bacteriology, Pathogen Molecular Genetics Section, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04880097-W 20180407/180405231521-14612b4621584978636537042057f6ee (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 |