SOLICITATION NOTICE
66 -- Notice of Intent to Sole Source: Brand Name Requied - Qiagen QIAcuity Four Platform
- Notice Date
- 7/19/2023 6:51:18 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423490
— Other Professional Equipment and Supplies Merchant Wholesalers
- Contracting Office
- CDC OFFICE OF ACQUISITION SERVICES ATLANTA GA 30333 USA
- ZIP Code
- 30333
- Solicitation Number
- 75D30123P16406
- Response Due
- 7/24/2023 6:00:00 AM
- Archive Date
- 08/08/2023
- Point of Contact
- Kourtney Marshall, Phone: 4044984280
- E-Mail Address
-
qrz9@cdc.gov
(qrz9@cdc.gov)
- Description
- 1.The Office for Acquisition Services, The Centers for Disease Control and Prevention intends to award a firm fixed price purchase order to obtain the QIAcuity Four Platform System. The QIAcuity FOUR Digital PCR System is designed to deliver precise and multiplexed quantification results including absolute quantification of RNA copy number. This nanoplate-based system seamlessly integrates a standard Digital PCR workflow of partitioning, thermocycling and imaging into a walk-away automated platform with minimal hands-on time. It is also easy to adapt CDC FDA approved influenza/SARS-CoV-2 virus real-time RT-PCR diagnostic assays to the QIAcuity Digital PCR System. No change in plate handling is required when coming from CDC real-time RT-PCR assays, assuring fast assay setup and quick results in under 2 hours.This Four-plate digital PCR instrument for detecting up to 4 plates of 96 samples and 5 fluorescent dyes. The instrument will be used for detection and quantification of influenza and SARS-CoV-2 viruses and screening both viruses from environmental surveillance samples that are with lower viral loads including wastewater samples.. This is a brand-name requirement and includes a brand-name justification that can be found in Attachment 1. 2.General Information: Notice Type: ������������������������������������������������������� Combined Synopsis/Solicitation Solicitation Number:� � � � � � � � � � � � � � � � � � � � � � �75D30123P16406 Title: �������������������������������������������������������������������� QIAcuity Four Posted Date: ������������������������������������������������������� 07/19/2023 Solicitation Response Date:� � � � � � � � � � � � � � � � �07/24/2023 9:00 AM Eastern Time (ET) Set Aside: ����������������������������������������������������������� None NAICS Code:� � � � � � � � � � � � � � � � � � � � � � � � � � � � 423490 Scientific Laboratory equipment merchant wholesalers Point of Contact:� � � � � � � � � � � � � � � � � � � � � � � � � �Kourtney Marshall, qrz9@cdc.gov 3. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FederalAcquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice.This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not beissued. Additionally, the Government will utilize simplified acquisition procedures in accordance with FAR Part 13. 4.This combined synopsis/solicitation is issued as a Request for Quotation (RFQ) with solicitation number 75D30123P16406. 5.The solicitation document and incorporated provisions and clauses are those in effect through FederalAcquisition Circular 2023-04, effective 06/02/2023. 6.The North American Industry Classification System (NAICS) code for this solicitation is 423490 Scientific Laboratory equipment merchant wholesalers with a size standard of 150 employees. 7. The contractor shall provide pricing for the following: CLIN� � � � � � � � � SUPPLIES / SERVICES� � � � � � � � � � � � � � � � � � � � QTY / UNIT 0001� � � � � � � � � QIAcuity Four Platform System FUL-1� � � � � � � � � 1 Each 0002� � � � � � � � � QIAcuity IQ/OQ Service� � � � � � � � � � � � � � � � � � � � �1 Each 0003� � � � � � � � � QIAcurity Nanoplate 26k 24-well (10)� � � � � � � � � � �1 Each 0004� � � � � � � � � QIAcuity Nanoplate 26k 24-well (10)� � � � � � � � � � � 1 Each 0005� � � � � � � � � QIAcuity Nanoplate 26k 24-well (10)� � � � � � � � � � � 1 Each 0006� � � � � � � � � Freight Charges� � � � � � � � � � � � � � � � � � � � � � � � � � � 1 Each 8. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (Mar 2023), applies to this acquisition. Addendum to FAR 52.212-1: Please review the attachment and respond with a price for the item mentioned above and the delivery timeframe. The response must list the specifications mentioned above. Responses must indicate small business status and socioeconomic categories if applicable. 9. The provision at FAR 52.212-2, Evaluation - Commercial Items (Nov 2021), and the addendum, applies to this acquisition. Addendum to FAR 52.212-2: The Government will award a purchase order resulting from this solicitation to the responsible quoter who provides the lowest price, whose quote is technically acceptable, and whose price can be determined fair and reasonable. A quote will be considered technically acceptable if it provides the items described in the table above under CLINS 0001,0002,0003,0004,0005, and 0006 including the additional specifications and requirements and provides a delivery lead-time of 60 days ARO or sooner. Exchanges: The government intends to award a purchase order without exchanges with respective vendors/quoters. However, Government reserves the right to conduct exchanges if deemed in its best interest. 10. Quoters shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), Alternate I (Oct 2018), with their quote, or the quoter shall complete paragraph (b) of FAR 52.212-3, if the offeror has completed the annual representations and certifications electronically at https://www.sam.gov/SAM/ Vendors must be actively registered in the System for Award Management (SAM) to be eligible for award. 11. If a contract is awarded to your firm, it will be prepared in accordance with the provisions and clauses of the Federal Acquisition Regulation and standard procedures contained therein will apply. The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Dec 2022), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2023), applies to this acquisition; additional FAR clauses cited in the clause are: 52.204-7, Prohibition on a ByteDance Covered Application (Jun 2023) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed or Debarment (Nov 2021) 52.222-3, Convict Labor (JUN 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Dec 2022) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sep 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50, Combatting Trafficking in Persons (Nov 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-1, Buy American-Supplies (Oct 2022) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 12. The following FAR, HHSAR, and CDC clauses and provisions are applicable to this solicitation: 52.204-7 System of 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 Entity Code Maintenance (Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment � (Nov 2021) 52.209-10 Prohibition on Contracting With Inverted Domestic � (Nov 2015) 52.212-4 Contract Terms and Conditions--Commercial Items � (Dec 2022) 52.232-39 Unenforceability of Unauthorized Obligations � (Jun 2013) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors � (Nov 2021) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 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/these address: acquisition.gov 352.232-71 Electronic submission of payment requests (Feb 2022) (a) Definitions. As used in this clause � Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b) Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. CDC0_G018 Payment by Electronic Funds Transfer (Feb 2018) The Government shall use electronic funds transfer to the maximum extent possible when making payments under this contract. FAR 52.232-33, Payment by Electronic Funds Transfer �System for Award Management, in Section I, requires the contractor to designate in writing a financial institution for receipt of electronic funds transfer payments. In the case that EFT information is not within the System of Award Management, FAR 52.232-34 requires mandatory submission of Contractor�s EFT information directly to the office designated in this contract to receive that information (hereafter: �designated office�); see below. The contractor shall submit the EFT information within the form titled �ACH Vendor/Miscellaneous Payment Enrollment Form� to the address indicated below. Note: The form is either attached to this contract (see Section J, List of Attachments) or may be obtained by contacting the Contracting Officer or the CDC Office of Financial Resources at 678-475-4510. In cases where the contractor has previously provided such information, i.e., pursuant to a prior contract/order, and been enrolled in the program, the form is not required unless the designated financial institution has changed. The completed form shall be mailed after award, but no later than 14 calendar days 13. Attachments: Attachment 1: Brand Name Justification
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/8cec86bf1b52406c81bcf86d6f9f6789/view)
- Place of Performance
- Address: Germantown, MD 20874, USA
- Zip Code: 20874
- Country: USA
- Record
- SN06755876-F 20230721/230719230050 (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 |