SOLICITATION NOTICE
66 -- Supplies/Reagents for PacBio Sequel Instrument
- Notice Date
- 11/24/2020 2:22:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
- ZIP Code
- 20705
- Solicitation Number
- FDA-21-RFQ-1236270
- Response Due
- 12/8/2020 7:00:00 AM
- Archive Date
- 12/23/2020
- Point of Contact
- Nina Montgomery, Phone: 2404028086
- E-Mail Address
-
nina.montgomery@fda.hhs.gov
(nina.montgomery@fda.hhs.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- (i)This is a Combined/Synopsis Solicitation for Commercial Items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice.� The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. (ii)The solicitation number is: FDA-21-RFQ-1236270 (iii)The Solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-05, December 5,2019.34 (iv)This is a firm fixed price requirement. The associated North American Industrial Classification System(NAICS) code for this procurement is 334516. This procurement will be for a small business set aside. Vendors must be registered in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov (v)The U.S. Food and Drug Administration (FDA) is a regulatory agency with responsibility for the safety of food for humans and animals and the safety and efficacy of drug, devices and other medical products. In support of this regulatory mission, CVM runs a laboratory at the Office of Research in Laurel, MD that investigates antimicrobial resistance genes and mobile genetic elements that facilitates emergence and dissemination of multidrug resistance (MDR) among foodborne pathogens. To advance these objectives, the Division of Animal and Food Microbiology (DAFM) recently acquired a PacBio Sequel Sequencer to provide unbiased coverage and long average polymerase reading length (>30KB) for plasmids and bacterial genomes closure. FDA/DAFM needs to acquire specific reagents for this instrument to continue research. (vi)Delivery schedule and list of supplies/reagents. The contractor shall meet the following requirements: Contractor is to supply the required products as instructed in the following delivery schedule. Any deliveries that are not made on the dates planned for, the contractor needs to ensure that delivery is not made on weekends or Federal Holidays. The shelf life for the product should be at least one month from the date of delivery at the minimum. Other Considerations: Proposal shall include shipping cost (vii)The period of performance: The planned Period of Performance is from 1/1/21-4/30/21. With the first delivery planned for 1/06/21.� Delivery address: Delivery hours are 10:00 am � 4:00 pm, Monday � Friday, excluding Federal holidays and weekends.� The items need to be delivered to the Technical Point of Contact, Cong Li (240-402-5462) at: Bldg MOD2 8401 Muirkirk Rd����� Laurel, MD 20708 Note: Loading dock delivery is acceptable. The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation.� The following addenda have been attached to this provision: None. (viii)The government is not responsible for locating or securing any information, which is not identified in the submission.� To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. � (ix)Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x)The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition.� The following addenda have been attached to the clause: None. (xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33.� Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xii)A standard commercial warranty is not required. (xiii)The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. (xiv)This announcement constitutes the only solicitation that will be issued. Offers are due by e-mail on or before December 8, 2020 by 10:00 am (Eastern Time), at Food and Drug Administration OC/OAGS/DSAAG, Attn: Nina Montgomery Email: Nina.Montgomery@fda.hhs.gov. (i)This is a Combined/Synopsis Solicitation for Commercial Items prepared in accordance with the format in FAR Part 12, as supplemented with additional information included in this notice.� The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. (ii)The solicitation number is: FDA-21-RFQ-1236270 (iii)The Solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2019-05, December 5,2019.34 (iv)This is a firm fixed price requirement. The associated North American Industrial Classification System(NAICS) code for this procurement is 334516. This procurement will be for a small business set aside. Vendors must be registered in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov (v)The U.S. Food and Drug Administration (FDA) is a regulatory agency with responsibility for the safety of food for humans and animals and the safety and efficacy of drug, devices and other medical products. In support of this regulatory mission, CVM runs a laboratory at the Office of Research in Laurel, MD that investigates antimicrobial resistance genes and mobile genetic elements that facilitates emergence and dissemination of multidrug resistance (MDR) among foodborne pathogens. To advance these objectives, the Division of Animal and Food Microbiology (DAFM) recently acquired a PacBio Sequel Sequencer to provide unbiased coverage and long average polymerase reading length (>30KB) for plasmids and bacterial genomes closure. FDA/DAFM needs to acquire specific reagents for this instrument to continue research. (vi)Delivery schedule and list of supplies/reagents. The contractor shall meet the following requirements: Contractor is to supply the required products as instructed in the following delivery schedule. Any deliveries that are not made on the dates planned for, the contractor needs to ensure that delivery is not made on weekends or Federal Holidays. The shelf life for the product should be at least one month from the date of delivery at the minimum. Other Considerations: Proposal shall include shipping cost (vii)The period of performance: The planned Period of Performance is from 1/1/21-4/30/21. With the first delivery planned for 1/06/21.� Delivery address: Delivery hours are 10:00 am � 4:00 pm, Monday � Friday, excluding Federal holidays and weekends.� The items need to be delivered to the Technical Point of Contact, TBD at: Bldg MOD2 8401 Muirkirk Rd����� Laurel, MD 20708 Note: Loading dock delivery is acceptable. The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation.� The following addenda have been attached to this provision: None. (viii)The government is not responsible for locating or securing any information, which is not identified in the submission.� To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. � (ix)Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x)The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition.� The following addenda have been attached to the clause: None. (xi)The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition.� The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33.� Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xii)A standard commercial warranty is not required. (xiii)The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. (xiv)This announcement constitutes the only solicitation that will be issued. Offers are due by e-mail on or before December 8, 2020 by 10:00 am (Eastern Time), at Food and Drug Administration OC/OAGS/DSAAG, Attn: Nina Montgomery Email: Nina.Montgomery@fda.hhs.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/2e6f4efc87dc49a3b3787ef336c6ce40/view)
- Place of Performance
- Address: Laurel, MD 20708, USA
- Zip Code: 20708
- Country: USA
- Zip Code: 20708
- Record
- SN05860561-F 20201126/201125053805 (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 |