SOLICITATION NOTICE
66 -- Stereotaxic Drill and Microinjection Robot and Accessories � Brand Name or Equal
- Notice Date
- 9/26/2023 10:01:37 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
- 75N95023Q00686
- Response Due
- 9/27/2023 1:30:00 PM
- Archive Date
- 09/28/2023
- Point of Contact
- Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 3014433846
- E-Mail Address
-
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@nih.gov)
- Description
- Title: Stereotaxic Drill and Microinjection Robot and Accessories � Brand Name or Equal 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. The solicitation number is 75N95023Q00686 and the solicitation is issued as a request for quotation (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; FAR Subpart 13.5�Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-05, with effective date September 22, 2023. The associated NAICS code is 334516 and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions. Background and Requirement. The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting and making medical discoveries that improves and saves people�s health and lives. The National Institute of Mental Health (NIMH) has a requirement for a Stereotaxic Drill and Microinjection Robot and Accessories. The Stereotaxic Drill and Microinjection Robot is required for stereotaxic surgeries to be performed in the Oligodendroglial Interaction Group. The instrument allows for precise mouse brain atlas-guided injections for labeling areas or introducing bioactive substances to probe brain function. Please also see Attachment #1. Purchase Description � Please see Attachment #1. Salient Characteristics � Please see Attachment #1. Delivery � Please see Attachment #1. The provision at FAR 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services applies to this acquisition. Please see Attachment #2. The following instructions are included as an addendum to this provision. The Quoter shall provide the below information on the first page of its response: �Solicitation Number: 75N95023Q00686 Quotation Number Submission and Expiration Date of Quotation Company�s Full Name and Address; Company�s UEI Number, CAGE Code, and TIN Number; and Name, Telephone Number, and Email Address of Person Authorized to Provide Quotation Responses to this RFQ must include enough information to establish that the Quoter can provide the required services and materials. Specifically, the Quoter shall illustrate that it able to, at a minimum, satisfy the �specific requirements� described within the Purchase Description. Finally, the Quoter shall provide the following information in its response, as applicable: Part/serial number for each line item; Part description for each line item (in sufficient detail to evaluate compliance with the Purchase Description requirements); Unit and list price for each line item; Country of origin for each line item; The amount of any discounts being provided compared to Quoter�s standard� commercial pricing; Delivery terms (including delivery date and Freight on Board (FOB) Point); Warranty terms (including period of warranty and any conditions); Prompt payment discount terms; Any applicable fees, or Federal, State, or local taxes/duties; A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation; Any other information or factors that are relevant to the award decision; Total price (must be clearly indicated and include all line items and any applicable shipping, fees or taxes) The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable.� Technical acceptability will be evaluated based upon the following: The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation. Or Equal equipment must meet or exceed each salient characteristic in the Purchase Description. FAR 52.211-6 Brand Name or Equal�(Aug 1999) �If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b)�To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1)�Meet the salient physical, functional, or performance characteristic specified in this solicitation; �����������(2)�Clearly identify the item by- ����������������(i)�Brand name, if any; and ����������������(ii)�Make or model number; (3)�Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4)�Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c)�The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d)�Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) Anticipated Contract Type: Firm Fixed Price Purchase Order. For Attachment #3 - 52.204-24 Certification, Quoter is NOT required to complete this certification if it has previously represented that it �does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument� in paragraph (v) of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (accessible at https://sam.gov). Quoter MUST fill out and sign Attachment #4 � FAR 52.225-2 Buy American-Supplies Certificate and include the completed form with its response. For Attachment #5 � FAR 52.212-3 Representations and Certifications, Quoter shall complete only paragraph (b) of this provision if they have completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://sam.gov. If the Quoter has NOT completed the annual representations and certifications electronically, they shall complete only paragraphs (c) through (v)) of this provision. The provision at FAR 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services, applies to this acquisition. This provision is included in full text in Attachment #5 � FAR 52.212-3 Representations and Certifications. Quoter must submit a completed and signed version of this form with its response. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. Please see Attachment #2. The clause at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUN 2023) applies to this acquisition. FAR 52.212-5 is included in full text in Attachment #2 � Additional Terms and Conditions. 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. See Attachment #2. All NIH contractors are required to submit invoices through the Department of Treasury�s Invoice Processing Platform (IPP). If the successful quoter is not enrolled in IPP at the time of award, NIH will initiate this process. The vendor will subsequently receive an email with instructions for completing enrollment. All invoices must be submitted in accordance with Attachment #6 - Invoicing Instructions with IPP to be approved and paid. Each invoice must contain the vendor�s Unique Entity Identifier (UEI), which is located in the System for Award Management (SAM) and replaces the Dun & Bradstreet Data Universal Numbering System (DUNS) number. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. The Unique Entity ID from SAM.gov, the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. All offers must be received by email by 4:30 pm., Eastern Daylight/Standard Time, on September 27, 2023, and reference Solicitation Number 75N95023Q00686 and POTS 23-004855 in the subject line of the email. All correspondence, including questions and responses, shall be submitted electronically to the below individual: Tiffany Stone Contracting Specialist Email:� Tiffany.Stone@nih.gov���������� Cc: Christine Frate, christine.frate@nih.gov 23. This CSS does not commit the Government to pay any costs incurred in the preparation of the submission of a quotation or to contract for supplies or services. 24. This CSS incorporates the following Attachments: Attachment 1: Purchase Description Attachment 2: Additional Terms and Conditions Attachment 3: 52.204-24 Representation and Certification Attachment 4: 52.225-2 Representation and Certification Attachment 5: 52.212-3 Representation and Certification Attachment 6: IPP Invoicing Instructions
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/37e1ae56533b48a895d5c27d5d9db4b9/view)
- Place of Performance
- Address: North Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06845749-F 20230928/230926230102 (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 |