Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2019 FBO #6493
SOLICITATION NOTICE

66 -- Microbial Colony Picker for High-Throughput Laboratory Automation - solicitation attachments

Notice Date
9/3/2019
 
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
75N95019Q00321
 
Point of Contact
Stuart G. Kern, Phone: 3014023334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH Invoice and Payment Instructions FAR 52.212-5 clauses FAR 52.212-4 Addendum FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Microbial Colony Picker for High-Throughput Laboratory Automation (i) This is a combined synopsis/solicitation 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. (ii) The solicitation number is 75N95019Q00321 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 dated August 13, 2019. (iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees. No set-aside restriction is applicable. (v) This acquisition consists of: Line 0001: Automated colony picker with fluidics for integration into automated laboratory system, to include: colony picking system; picking head for streptomyces and yeast (96-pin); 2-way adjustable microplate holder compatability with any ANSI/SLAS 1-2004 microplates; high-capacity re-arraying and replicating head for 96- and 384-well plates (96-pin, tip dia. 1/6 mm, pin length 49.5mm); re-arraying and replicating software and accessories; compressor). Line 0002: 1-pin streaking head, 3.0 mm. Line 0003: On-site instrallation Line 0004: Onsite training, up to 4 people Line 0005: shipping and handling (vi) Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within 16 weeks after receipt of order. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. CONTENTS OF THE QUOTE (to be provided by the Offeror, or presented on Offeror’s standard quotation form): 1. Name of Company. 2. Street Address, City, State, Zip code. 3. Name of Person, telephone number, and e-mail address of person authorized to provide quote. 4. DUNS number. 5. Period of Performance OR Delivery Date After Receipt of Order. 6. Contract number (and title) if quoting based on a contract vehicle other than open market (such as GSA Federal Supply Schedules; other Government agency (OGA) contracts, Government-wide Acquisition Contracts (GWACs); or National Institute of Health (NIH) Blanket Purchase Agreements (BPA)). 7. Technical description of the product or service offered, in sufficient detail to evaluate compliance with the requirements of the Product Description above. Provide product or catalog number(s); product or service description, list price, unit price, unit discounts, total price, any shipping and handling costs, country of origin, etc. 8. Shipping costs and terms (f.o.b. and other terms as applicable). 9. Payment discount terms. 10. 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.] (viii) Offers will be evaluated for technical criteria, price, and past performance using a comparative evaluation process. (ix) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Items, with its offer. In addition, offerers must complete the representation at 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment, attached. (x) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addendum applies: 52.212-4 Addendum – Supplier Licenses The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. (xii) 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. All responses must be received by 11:00 a.m. Eastern time on September 9, 2019, and reference solicitation number 75N95019Q00321. Responses must be submitted by email to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, tel. 301-402-3334.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/75N95019Q00321/listing.html)
 
Place of Performance
Address: National Center for Advancing Translational Sciences (NCATS), 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05428800-W 20190905/190903231205-1c20c6f3fe0040485f698f66580823d9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.