Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SOLICITATION NOTICE

66 -- Promega, (Brand Name Only) RNasin(R) Plus RNase Inhibitor for APP; Catalog # N2615

Notice Date
5/25/2023 6:47:56 AM
 
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
75N95023Q003420
 
Response Due
5/30/2023 7:00:00 AM
 
Archive Date
06/14/2023
 
Point of Contact
Michele Pastorek, Phone: 3018271739
 
E-Mail Address
michele.pastorek@nih.gov
(michele.pastorek@nih.gov)
 
Description
COMBINED SYNOPSIS / SOLICITATION Title: Promega, (Brand Name Only) RNasin(R) Plus RNase Inhibitor for APP; Catalog # N2615 �(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 75N95023Q00342 and the solicitation is issued as a Request for Quote (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.� This procurement is limited to Brand name due to the following essential characteristics: Broad-Spectrum Inhibition of Common Eukaryotic RNases. �Protection of endonuclease assay substrate from RNase activity during the ������ HTS assay. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02, with effective date March 16, 2023. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000 employees.�� This requirement is restricted to the manufacturer and authorized distributors. (v) ������ DESCRIPTION Quantity: 50 (QTY) x RNasin Plus RNase Inhibitor, 10,000U Salient characteristics: (1) Broad-Spectrum Inhibition of Common Eukaryotic RNases. ����� (2) Protection of endonuclease assay substrate from RNase activity during the HTS assay. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is 7 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9800 Medical Center Drive, Bldg. A, Room 248, Rockville, MD 20850. ����������� (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Mar 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) FAR 52.225-2, Buy American Certificate (Oct 2022) �FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (Oct 2022) �52.212-5 attachment, then also include Alternate I, II, or III (Mar 2023) �FAR 52.225-6, Trade Agreements Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Dec 2022). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) HHSAR 352-232-71 Electronic Submission of Payment Requests (Feb 2022) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2023) NIH Invoice and Payment Provisions (Apr 2022) EVALUATION (ix)���� The government reserves the right to select a response that provides benefit to the government that exceeds the minimum; the government is not required to select a response that exceeds the minimum; responses may exceed the requirements; each �����������response must meet the solicitation requirement statement at a minimum; and the government is not requesting or accepting alternate proposal(s). ���������� The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition. ���������� (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer is the lowest price technically acceptable. ���������� ���������� (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. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec �2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. � (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. SUBMISSION INSTRUCTIONS (xiv)���� 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. ����������� Quote must include shipping and handling costs to provide single delivery to NCATS. ** Please provide two quotes if pricing varies based on foreign vs. domestic sourcing. Each quote must state whether the quote is a domestic and/or foreign quote. The Unique Entity ID from SAM.gov, UEI Number, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must submit a Buy American Certificate and TAA Compliance Certificate with their quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All quotations must be received by 10:00 a.m., EST, on May 30, 2023, and reference Solicitation Number 75N95023Q00342. Responses must be submitted electronically to Michele Pastorek, Contract Specialist, at michele.pastorek@nih.gov. Fax responses will not be accepted. (xv)� The name and telephone number of the individual to contact for information regarding �the solicitation: Michele Pastorek, Contract Specialist Phone: (301) 827-1739 Email: michele.pastorek@nih.gov ATTACHMENTS Purchase Description FAR 52.212-1 Instructions to Offerors- Commercial Products and Commercial Services (Mar 2023) (Tailored) FAR 52.212-4_Addendum FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Executive Orders�Commercial Items (Mar 2023) FAR 52.225-2 Buy American Certificate (Oct 2022) NIH Invoice and Payment Instructions with IPP (April 2022)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a0aac9f54924ca694930bf0d5e9c8b8/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06695299-F 20230527/230525230117 (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  © 1994-2020, Loren Data Corp.