Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 17, 2020 SAM #6805
MODIFICATION

66 -- Deep well programmable magnetic bead washer processor

Notice Date
7/15/2020 1:46:14 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00117
 
Response Due
7/21/2020 12:00:00 PM
 
Archive Date
08/05/2020
 
Point of Contact
Ty Lawson, Phone: 301-496-9868
 
E-Mail Address
ty.lawson@nih.gov
(ty.lawson@nih.gov)
 
Description
�(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 75N95020Q00117 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 2020-07 dated July 2, 2020. (iv)������ The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions. (v)������� The NCATS requires the purchase of a deep well programmable magnetic bead washer processor. Generic Name of Product: Deep well programmable magnetic bead washer processor Brand Name of Product: Life Technologies (ThermoFisher KingFisher Flex with 96 pin deep well head) FAR 52.211-6, Brand Name or Equal (Aug 1999) is applicable to this Solicitation. Salient Characteristics: 5400630 KingFisher Flex with 96 DW HEAD; Qty 1 KingFisher Flex with 96 pin deep well head. Compatible with MagMAX reagent kits TRN00340 Smartstart KingFisher, 1DAY CS; Qty 1 95040450 DEEP WELL 96 PLATE, 50 PCS; Qty 1 97002534 KF 96 TIP COMB FOR DW MAGNETS; Qty 1 ZG51SCKF96DW AB MAINTPLUS,KINGFISHER 96DW; Qty 1 (vi)������ Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within 30 days after receipt of order. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line item identified above. Technical and past performance, when combined, are significantly more important than price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (viii)���� The 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. (ix)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The following addendum applies: 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) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment 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). (x)������� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. � (xi)������ The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� The offeror must complete and return FAR 52.204-24 with its offer. (xiii)���� Responses to this solicitation 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.� (xiv)���� 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 July 21, 2020, by 3 pm Eastern Standard Time and reference solicitation number 75N95020Q00117. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868. Fax responses will not be accepted. The name of the individual to contact for information regarding the solicitation: Ty Lawson, Contract Specialist, ty.lawson@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b61e9c239cf74e89b0c36ffb878fd00c/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05721506-F 20200717/200715230145 (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.