SOLICITATION NOTICE
66 -- Microscope Incubator Box - veterinary use - Request for Quote
- Notice Date
- 8/29/2018
- 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-NIAID-1914465
- Archive Date
- 9/22/2018
- Point of Contact
- Laura L Grey, Phone: 406-375-9812
- E-Mail Address
-
laura.grey@nih.gov
(laura.grey@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Terms and Conditions for Commercial items FAR Part 52.212-5 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-1914465 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) 2005-100, 22 AUG 2018. The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing, with a business size standard of 1000 people. The acquisition is being competed as Full and Open with no restrictions. This is not a small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement to purchase a microscope incubator box made for the Lecia SP 8 DIVE System currently in use in the Biological Imaging Section. This Microscope incubator box This box is required by the NIH Animal Care and Use Committee (ACUC), that any anesthetized animals be maintained at 37C to prevent discomfort and to maintain physiological conditions. This item is a custom build these are the minimum requirements: •The Microscope incubator box is for a Leica SP8 DIVE system with 4-Tune detector. It must provide accurate temperature control (stability typically 0.1°C at sensor •location) and laser safety features. •The unit must provide re-circulation of warm air to minimize the energy consumption and heat dissipation to the environment. •The incubator box must be laser-safe and have a fail-safe interlock system including doors, observation window and parting line. It should be tested and approved by Leica Microsystems and integrate directly with their hard- and software including the LASX interface. •The incubator box should be designed to interfere with user actions as little as possible. It should include a built-in LED lighting to facilitate the mounting and handling of probes on the microscope. •The air channels of the incubator box should be designed specifically to avoid interference with the complex beam routing of the DIVE system. •The incubator box should be a two-piece design, so that the main portion of the incubator box can be lifted off with no disturbance of the microscope. All interested vendors must be registered as a vendor in the system by the closing of the RFQ. Place of Performance: NIH, NIAID, 4 Memorial Drive, Bethesda, MD 20892, United States. 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 minimum Requirements, delivery, past performance, 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 (Aug 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Aug 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 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.252-1 -Solicitation Provisions Incorporated by Reference (Aug 2018) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm 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 (Aug 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 52.204-19 Incorporation by Reference of Representations and Certifications (July 2016) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) 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 http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than Friday September 7, 2018 EST. Offers may be emailed to laura.grey@nih.gov, no later than 5:00 P.M. eastern standard time on Friday September 7, 2018. Requests for information concerning this requirement must be submitted in writing, e-mailed to laura.grey@niaid.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, Laura Grey, laura.grey@niaid.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-NIAID-1914465/listing.html)
- Place of Performance
- Address: 9000 Rockville Pike, bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05063043-W 20180831/180829231812-82f269688431de005cdfb458a8b97381 (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 |