SOLICITATION NOTICE
66 -- Medical-Surgical Supplies
- Notice Date
- 10/22/2018
- 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 on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA(AG)-CSS-19-245
- Archive Date
- 11/10/2018
- Point of Contact
- Fred Ettehadieh,
- E-Mail Address
-
fred.ettehadieh@nih.gov
(fred.ettehadieh@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION This is a Combined Synopsis/Solicitation (CSS) for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA(AG)-CSS-19-245 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a non-competitive basis to Terumo BCT, Inc. 10811 W. Collins Ave., Lakewood, CO 80215-4440. ACQUISITION AUTHORITY This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures, Subpart 13.5--Test Program for Certain Commercial Items, and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply or service has the capability to provide a service contract for the The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97, dated January 2018. CONTRACT TYPE The Government intends to award a firm fixed price purchase order for this requirement. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. BACKGROUND The National Institute on Aging (NIA) Intramural Research Program (IRP) Clinical Research Core (CRC) works to elucidate normative values and separate normal aging findings from disease states in aging in an effort to prolong disease-free states with age. The CRC serves as an infrastructure to facilitate the creation and development of therapeutic targets for the treatment of age-related disease across the NIA IRP. The CRC performs research in various protocol studies that have direct clinical applications to human aging and disease states. This equipment requirement is specifically related to NIH Institutional Review Board-approved protocol Cytapheresis of Volunteer Donors (03-AG-N316/), ClinicalTrials.gov Identifier NCT00104325, a study designed to provide white blood cells obtained by Cytapheresis to NIA researchers for other in-vitro research studies. To ensure continuity of science and conformance with the IRB-approved protocol, the kits used in relation to this protocol must be the specific brand name only items detailed in this purchase description. PURPOSE AND OBJECTIVES The purpose of this acquisition is to procure 30 Spectra Optia Apheresis IDL disposables kits for the National Institute on Aging (NIA) Clinical Research Core. PROJECT REQUIREMENTS 30 Spectra Optia IDL Disposables Kits (6 disposables per kit) (Terumo BCT Product No. 10310). PLACE OF PERFORMANCE NIH/National Institute on Aging 3001 S. Hanover St., Baltimore, MD 21225 ANTICPATED DELIVERY 15 Kits after receipt of the award. ANTICIPATED CONTRACT TYPE A Firm Fixed Price Purchase Order is contemplated. The order shall be sourced via the Open Market on a single-source basis and is not expected to exceed $150,000. GOVERNMENT RESPONSIBILITIES This CSS is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. Responses to this CSS must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this CSS and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. EVALUATION CRITERIA Responses received to this CSS will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the LPTA process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be submitted electronically (via e-mail) to Fred Ettehadieh, Contracting Officer at fred.ettehadieh@nih.gov by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-CSS-19-245. Facsimile responses are NOT accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-19-245/listing.html)
- Place of Performance
- Address: Baltimore, Maryland, 21225, United States
- Zip Code: 21225
- Zip Code: 21225
- Record
- SN05131422-W 20181024/181022230641-0bcff78bc1456ba90ff1fc7063a7a1c3 (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 |