SOLICITATION NOTICE
66 -- MICROPLATE READER WITH STACKER
- Notice Date
- 9/16/2020 1:45:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH NIAID DEA OA OFC ACQUISITIONS BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-RML-E-2031371
- Response Due
- 9/22/2020 10:00:00 AM
- Archive Date
- 10/07/2020
- Point of Contact
- Janna Weber
- E-Mail Address
-
janna.weber@nih.gov
(janna.weber@nih.gov)
- Description
- This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-E-2031371 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 August 31, 2020. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The requirement is being competed full and open with a brand name or equal restriction.� The small business set aside is dissolved for this requirement. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for: Brand Name Or Equal Requirements: Catalog# SPECTRAMAX L CONFIG - SpectraMax L Luminescence Microplate Reader with current version of SoftMax Pro. Includes SpectraMax L luminometer for reading 96- ad 384- well microplates, AutoRange for > 9 orders of dynamic range, Photon Counting for high sensitivity, landscape/portrait plate reading, incubator, user manual, USB interface cable, 1 year MDCare PhD Technical Support Plan and 1 year warranty covering parts and labor. Catalog# 0310-5649 - Single PMT with automatic switching between 96- and 384- well microplates. Catalog#0310-5882 - Dual Injector Option for SpectraMax L reader (auto aperture). The option includes two injectors for the measurement of single and dual flash assays in both 96- and 384-well microplates, Autorinse for the automatic recovery of reagent and rinsing of injector tubing at instrument shut down, and automatic disposal of wash and priming solutions. Catalog# STAKMAX - StakMax Plate Handling System base unit. This is a configurable system that has options for Barcode reading on the Long side or short side, and Stacker magazines with 20,40, and 50 plate capacities. For MDC series 2 readers this system is controlled by the StakMax application that installs with SMP 5.2 or later. Connection is afforded by a baseplate and alignment plate that fit with feet of reader. Includes: 1 year MDCare PhD Technical Support Plan and 1 year warranty covering parts and labor Catalog# 0200-6016 - MDC Stacker Magazine- 20 Plate- 1 Pair of magazines for configuration with StakMax or Analyst GT at time of sale or for additional orders. Catalog# 5014721 - StakMax Baseplate for configuration with Series 3 Microplate Readers Manufacturer: Molecular Devices https://www.moleculardevices.com/ Quote submissions must include the following: Shipping/Delivery charges Installation Training Manufacture Warranty on parts & labor Place of Manufacture Quote must include supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the same requirements and perform the same functions.� The quote must also verify that the quoted equipment is compatible with SoftMax Pro data files; must be able to read luminescence in both Photon Counting and Analog Modes; must be able to use both of these modes in the same plate read and normalize values, and must be compatible with StakMax automation and able to read up to 50 plates at one time. Place of Performance: NIH, 9000 Rockville Pike, Bethesda, MD, 20892 United States.� FOB: Destination 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 and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (AUG 2020) FAR 52.204-7 System for Award Management (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) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (AUG 2020) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than September 21 @ 1:00 EST Offers may be e-mailed to Janna Weber;(E-Mail/ janna.weber@nih.gov). Offers shall include RFQ number in the subject line (RFQ-RML-E-2031371). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber @ janna.weber@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/41213cb64a8b4b27b1155bcd8173cb9b/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05800252-F 20200918/200916230204 (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 |