SOLICITATION NOTICE
66 -- Brand Name or Equal 5-Position Deck mosquito Purchase - Package #1
- Notice Date
- 9/6/2018
- 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
- NIAID-RFQ-18-1922808
- Archive Date
- 10/4/2018
- Point of Contact
- LAWRENCE A. BLAND JR., Phone: 240-669-5113
- E-Mail Address
-
lawrencebland@yahoo.com
(lawrencebland@yahoo.com)
- Small Business Set-Aside
- N/A
- Description
- Additional Line Items 10This 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; quotes are being requested. Submit offers on NIAID-RFQ-18-1922808. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100, dated 8/22/18. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. The National Institute of Allergy and Infectious Diseases (NIAID) seeks to purchase a programmable liquid handler robot for crystallization for Laboratory of Immune Systems Biology (LISB) research. The proposed purchase is for Brand Name or Equal products. The brand name and part number are: TTP Labtech mosquito® LCP, Catalog # 3019-0004, Quantity 1 each. In addition to the liquid handler robot, NIAID requires see attachments Shipping to, 10 Center Drive, Room 11D07, Bethesda, Md. 20892. To be considered for award, offerors of "equal" products, including "equal" products of the brand-name manufacturer, must meet the following criteria for the salient characteristics, the lab requires a programmable crystallization robot that can automatically pipette via positive displacement low volumes in there range of 25 nL to 1.2 µL with accuracy of less than 3% error and precision with coefficient of variation (CV) of 3% average across entire volume range. The lab requires an instrument that can perform programmed serial dilution and can be formatted for 96, 384, and 1,536 well microplates. The instrument shall enable the researcher to set up virtually any type of crystallization plate and cover many different crystallographic applications. Vendor may include a trade-in value for one TTP Labtech mosquito liquid handler (S/N PB1215), age 6 years. The Laboratory of Immune Systems Biology (LISB) seeks to understand fundamental aspects of the function of the immune system which informs diagnosis and treatment of a wide variety of infectious diseases, cancers, and autoimmune disorders. To this end, a basic aspect of studies is to determine the three-dimensional structure of molecules that serve regulatory and recognition functions of the immune system. High resolution structure determination is primarily based on X-ray crystallography, a mature methodology that results in the production of high resolution models of the molecular structure of biological proteins, nucleic acids, and glycoproteins. The ability to visualize such molecular details, at atomic or near-atomic resolution, depends on successful completion of several different steps in molecular crystallography structure determination: 1) the production and purification of large amounts (milligram quantities) of the macromolecule (protein, nucleic acid, glycoprotein) of interest; 2) the determination of conditions that permit production of crystals of suitable size and quality for exposure to X-irradiation; 3) the collection, indexing, and merging of diffraction data gathered from local or remote X-ray sources; 4) the computational solution of the data by standard methods and the production of graphic images. The rate-limiting step in the process is the production of X-ray quality crystals, and despite improvements in the theory and practice of crystal production, there is no simple approach, and screening of hundreds or thousands of different conditions is required. Period of Performance: Within 60 days of receipt of purchase order. Delivery date must be stipulated within quote/proposal. Delivery: FOB Point shall be Destination Bethesda, MD. Delivery location is 10 Center Drive, Room 11D07, Bethesda, Md., 20892. The successful offeror shall coordinate delivery arrangements with the customer prior to shipment. The Loading Dock hours are as follows: 8:00 am to 4:30 pm Eastern, Monday through Friday except for federal holidays. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable)." Discussions: The Government intends to award without discussions but reserves the right to conduct discussions should it be in the Government's best interest. The award will be based on the following; price, capability to meet the requirements, delivery/installation, and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) 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 The following contract clauses apply to this acquisition: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 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) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (Aug 2018) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.222-48 -Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. (May 2014) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____ (1) It is not an inverted domestic corporation: and ____ (2) It is not a subsidiary of an inverted domestic corporation 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 or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for 5-position deck mosquito® for crystallography as defined herein. The government intends to award a purchase order because of this combined synopsis/solicitation that will include the terms and conditions set forth herein. All quotes shall include: price(s) (unit price, extended price, total price); documentation demonstrating offerors is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; and Cage Code. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. If an offeror proposes an OPEN MARKET item, NIAID will only consider those which are clearly identified on the quote as Open Market. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. To facilitate the award process all quotes should 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).) Important dates: Question and Answer session ends September 12, 2018, 5 p.m. EST Submission shall be received not later than September 19, 2018 by 10 a.m. EST. Offers may be e-mailed to blandl@mail.nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-18-1922808/listing.html)
- Place of Performance
- Address: 10 Center Drive, Building 10 - Clinical Center, Rm 11D07, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN05076453-W 20180908/180906232254-704d9f02e32b508ccaf620023d84ad4e (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 |