Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 09, 2021 SAM #7099
SOLICITATION NOTICE

66 -- ABI 7500 Fast Real-time PCR System Instrument

Notice Date
5/7/2021 11:16:54 AM
 
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
FDARFQ-21-1240820
 
Response Due
5/14/2021 9:00:00 AM
 
Archive Date
05/29/2021
 
Point of Contact
Elena Tatarov, James O�Keefe
 
E-Mail Address
elena.tatarov@fda.hhs.gov, James.OKeefeIII@fda.hhs.gov
(elena.tatarov@fda.hhs.gov, James.OKeefeIII@fda.hhs.gov)
 
Description
Disclaimer: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. Notice of Intent to Sole Source The proposed contract action is for supplies or services for which the Government is soliciting and negotiating with only one source under the authority of FAR 13.106- 1(b) (1) (i) quote mark Only one responsible source and No Other Supplies or Services Will Satisfy Agency Requirements. The name of the company the Government intends to award a contract to is Life Technologies Corporation located at 3175 Staley Road. Grand Island, NY 14072. This notice of intent is not a request for competitive proposals. However, the Government will consider all proposals received prior to the closing date and time of this solicitation. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2021-05 March 10, 2021. For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 Employees. Line Item Structure: The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable): Line Item 0001 � ABI 7500 Fast Real-time PCR System Instrument with One (1) year warranty and a FAST 7500 chemical installation kit. Line Item 0002 � Option - Additional One (1) year warranty (additional year after the one-year warranty will expire). Specifications/Requirement: ABI 7500 Fast Real-time PCR System to support Center for Food Safety and Applied Nutrition�s (CFSAN) continuous efforts in developing improved methodology and maintaining protocols to detect foodborne pathogens, such as E. coli, Listeria Monocytogenes, Salmonella, Campylobacter, and Arcobacter in food and environmental samples. The purchase of the ABI 7500 Fast Realtime PCR System will enable OARSA continued collaboration with the FDA Office of Regulatory Affairs (ORA) field laboratories. The field laboratories use the ABI 7500 instruments exclusively in their experimental work. It is a requirement that the OARSA development labs have the exact same detection instruments as the field laboratories to ensure development, exchange, and validation of protocols across many different FDA labs. The contractor shall deliver ABI 7500 FAST Real-Time PCR System with the following Salient Characteristics: � Single instrument with Peltier-based Thermal Cycle System that handles the throughput of 4 to 5, 96 well plates per day. � Run time of less than two hours (standard), 36 minutes (Fast). � Sensitivity: Down to 1 copy of human RNAse P gene. � Optical System: CCD camera, five-excitation and five-emission filters, halogen light source. � Dynamic Range: 9 logs of linear dynamic range. � Capacity: 1 x 96 well plate (Fast), 12 x 8-tube strips � Dimensions (w x d x h): 17x13x20� Delivery: Delivery is required by 6/1/2021. Delivery shall be made to Acceptance shall be performed at The US Food and Drug Administration, FDA, 8301 Muirkirk Road., Laurel MD 20708. The FOB point is Destination. �IMPORTANT NOTE: Due to the ongoing COVID-19 pandemic and related measures to combat the spread of novel coronavirus which include alternative work arrangements (i.e., remote telework) and/or worksite closures, the Contractor is advised that the delivery date stated in this contract is subject to availability of Government personnel to receive and/or accept the goods or services at the Place of Performance described herein. The Contractor shall coordinate, in advance, any deliveries required under this contract, including any services deliverables, with the Contracting Officer's Representative (COR) or Contracting Officer to ensure that Government personnel are available at the Place of Performance to receive and/or accept the goods or services. Any delays as a result of non-availability of Government personnel at the Place of Performance shall be governed by FAR 52.212-4(f) �Excusable Delays� (for Commercial Items/Services) or FAR 52.249-14 �Excusable Delays� (for Non-Commercial Items/Services). The Government shall not be responsible for any costs incurred for contract deliverables for goods or services that have not been coordinated in advance with the COR or Contracting Officer pursuant to this paragraph� Instructions to Offeror for Proposal Submission FAR 52.212-1 Instructions to Offerors�Commercial Items (Jun 2020) PROPOSAL SUBMISSION FORMAT: ***The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition.*** QUOTES DUE: All quotes are due, electronically via email to Elena.Tatarov@fda.hhs.gov for the RFQ no later than May 14, 2021, 12:00 p.m. Eastern Time. FDA Three-Way Match Invoicing Procedures A. The Contractor shall submit all invoices to: U.S. FOOD AND DRUG ADMINISTRATION Attn: Vendor Payments Division of Payment Services 10903 New Hampshire Ave WO32 - Second Floor MAIL HUB 2145 Silver Spring, MD 20993-0002 301-827-3742 FDAVendorPaymentsTeam@fda.hhs.gov B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - System for Award Management) and/or other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) Name and address of the contractor; (ii) Invoice date and invoice number; (iii) Contract/Order number (including a reference to any base award for IndefiniteDelivery/Indefinite-Quantity Contracts or Blanket Purchase Agreements); (iv) Description, quantity, unit of measure, unit price, and extended price supplies delivered, or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; (c) any other supporting information necessary to clarify questionable expenditures; (d) the contractor shall include the Contract Line Item/Funding line item for each description, quantity, unit of measure, unit price, and extended price supplies delivered, or services performed; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) Terms of any discount for prompt payment offered (Prompt Payment terms other than NET 30); (vii) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment) (viii) Name, title, and phone number of people to notify in event of defective invoice; (ix) Taxpayer Identification Number (TIN); (x) banking routing transit number of the financial institution receiving payment for Electronic funds transfer (EFT); (xi) Name and telephone number of the FDA Contracting Officer Representative (COR) or other Program Center/Office point of contact, as referenced on the award; (xii) For all Inspections, Time-and-Materials and Labor-Hour Awards, Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes: (a) list of all invoices submitted to date under the subject award, including the following: (1) invoice number, amount, & date submitted (2) corresponding payment amount & date received (b) total amount of all payments received to date under the subject contract or order (c) and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance; (xiii) Any other information or documentation required by the award. C. An electronic invoice is acceptable if submitted in adobe acrobat (PDF) format. All items listed in (i) through (xiii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. D. Questions regarding invoice payments should be directed to the FDA Payment Office at the e-mail address provided above in Section A. Clauses: I. The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: Not Applicable � See notice of intent to Sole Source. III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause � Not Applicable V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) 52.219-28, Post Award Small Business Program Representation (Nov 2020) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2020) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016)52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50, Combating Trafficking in Persons (Oct 2020) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) VI. The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/HHSAR clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 System for Award Management (Oct 2018) 52.204-13 System for Award Management Maintenance (Oct 2018) 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: N/A Period of Performance: Initial warranty is for twelve months after award. Program is also requesting the addition of one option year for service after the initial warranty expiation. Place of Performance: N/A Set Aside: N/A � See Notice of Intent to Sole Source.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4587803eee134e57aadfba4627277301/view)
 
Place of Performance
Address: Laurel, MD 20708, USA
Zip Code: 20708
Country: USA
 
Record
SN05995494-F 20210509/210507230115 (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.