SOLICITATION NOTICE
66 -- Dual UN Asymmetrical workstation and stand
- Notice Date
- 7/12/2018
- 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
- RFQ1914950
- Archive Date
- 7/27/2018
- Point of Contact
- Jesse Weidow, , Barbara Horrell, Phone: 4063759783
- E-Mail Address
-
weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov
(weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FedBizOps Synopsis Title: Dual UN Asymmetrical workstation and stand Solicitation Number: RFQ1914950 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 RFQ1912364 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) 2005-99 as of 06/22/2018 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 with brand name or equal restriction. The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID). Place of Performance: NIH, 903 S. 4th St, Hamilton, MT 59840, United States. FOB: Destination Requirements: Successful offerors must have the knowledge, skill, ability, and resources to reliably fulfill the following requirements: Dual UN Asymmetric cell culture chamber workstation and stand requirements: 1.Internal Dimension: 47" x 24" x 27" (w x d x h) Left 2.Internal Dimension: 40" x 30" x 32" (w x d x h) Right 3.Interlock Dimension: 11" x 8" x 8" (w x d x h) 4.Large internal working area, at least 0.72 square meters for the main Chamber (1.2m wide x 0.6m deep) offering space for incubation, passaging, media transfers and waste disposal all under the same continuous physiological conditions. A single closed cell culture Chamber of 426L which offers very stable O2, CO2, temperature and humidity control. 5.Two "free-flow" incubation racks, Removable front cover with triple glove ports, Three electrical power sockets, Cable gland port, Vacuum line port, Gas tank regulators and filter modules. 6.Hepa-filtration unit above the Chamber and complies with ISO 14644-1 Clean Room Air Quality Standard delivering Class 100 Air quality (equivalent to EU Tissue Culture Directive Grade "B", or ISO Class 5), also meets microbiological safety levels and controls VOC's (Volatile Organic Compounds). 7.Programmable Gas Mixer module for at least 4 different O2 and CO2 sensors, which must be on separate timers. 8.Digital O2 sensor 9.Direct-Hand Access into Workstation, using Gloveless Sleeves 10.Removable Front Cover 11.Touchscreen control panel for O2 calibration Submissions must include the following: Delivery charges Installation Training Manufacture Warranty Country of manufacture Supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the requirements. The government intends to 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, delivery time, warrant, and price and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014) 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. (Dec 2014) is updated in your SAM record) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. 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 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) 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 https://www.acquisition.gov/browsefar & https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax. Submission shall be received not later than July, 26th 2018 by 5:00 P.M. Eastern time. Offers may be mailed, e-mailed to Jesse.weidow@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 Jesse Weidow @ Jesse.weidow@nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ1914950/listing.html)
- Place of Performance
- Address: 903 South 4th St, Hamilton, Montana, 59840, United States
- Zip Code: 59840
- Zip Code: 59840
- Record
- SN04989211-W 20180714/180712231112-62240ba5c12337710e54035c13698d13 (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 |