Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 08, 2020 SAM #6705
SOLICITATION NOTICE

66 -- Cellometer Auto 2000 Automatic Cell Viability Counter system

Notice Date
4/6/2020 1:43:45 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-2010891
 
Response Due
4/20/2020 10:00:00 AM
 
Archive Date
05/05/2020
 
Point of Contact
Jennifer Walker, Phone: 240-669-5105, Laura Grey, Phone: 4063759812
 
E-Mail Address
jewalker@niaid.nih.gov, laura.grey@nih.gov
(jewalker@niaid.nih.gov, laura.grey@nih.gov)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.� Submit offers on NIAID-2010891. 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) 2020-04, dated January 15, 2020. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. The requirement is being processed as a small business set aside with a Brand Name restriction.� The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase a Cellometer auto 2000 cell viability counter system and accessories: Cellometer Auto 2000 Automatic Cell Viability Counter system, with dual fluorescence, including pack of 75 slides, Qty. 3 each Disposable, all plastic cell counting chambers for Cellometer cell counters, Qty. 15 each Place of Performance: NIH, 8200 Research Plaza, Frederick, MD, 21702, United States.� FOB: Destination Delivery is 30 days ARO. 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; technical capability to meet the requirements, past performance, and price. The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government�s best interest. FAR provisions and clauses are attached. 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). 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2018) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 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. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018) FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) This is an open-market combined synopsis/solicitation for laboratory equip,met/supplies. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. 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).) Offers may be e-mailed to jewalker@niaid.nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your offer, you will be consenting to disclosure of your offer to non-government personnel for purposes of evaluation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/1bd24ad1ae0141228a2f153813430cd6/view)
 
Place of Performance
Address: Frederick, MD 21702, USA
Zip Code: 21702
Country: USA
 
Record
SN05611818-F 20200408/200406230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.