Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 17, 2024 SAM #8146
SOLICITATION NOTICE

66 -- STACIS iX LaserTable-Base replacement parts

Notice Date
3/15/2024 5:10:11 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NINDS ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95024Q00200
 
Response Due
3/22/2024 11:00:00 AM
 
Archive Date
04/06/2024
 
Point of Contact
Morgen Slager
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@nih.gov)
 
Description
(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 75N95024Q00200 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; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of National Institute of Neurological Disorders and Stroke (NINDS), intends to negotiate and award a Firm Fixed Priced contract without providing for full and open competition to Technical Manufacturing Corp, 15 Centennial Dr, Peabody, MA 01960 for STACIS iX LaserTable-Base replacement parts. This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1)(i). The essential characteristics of this requirement that limit it to sole source are that TMC is the manufacturer of the STACIS iX LaserTable-Base and the only company that can provide replacement parts and the services of OEM engineers. This requirement is for both the replacement parts and the installation which must be done by OEM engineers. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-03 dated February 23, 2024. (iv)� The associated NAICS code 334516 � Analytical Laboratory Instrument Manufacturing and the size standard in number of employees is 1,000. (v)� This requirement is for STACIS iX LaserTable-Base replacement parts. (vi)�Background: The LCSMS studies fundamental issues of synaptic transmission, neuronal excitability, neuromodulation, and neural circuit activity using animal models (principally, the mouse). These issues are related to human neurological disorders, such as Alzheimer�s and other neurodegenerative disorders, and are explored in brain areas including (but not limited to) the amygdala, basal forebrain cholinergic areas, the ventral hippocampus, and the prefrontal cortex. A major line of research employs multiphoton microscopy, both in brain slices and in vivo. The multiphoton microscopes are mounted on a STACIS iX LaserTable-Base anti-vibration table. The table was damaged in a building water leak in December 2022. Replacement parts to restore full functionality are required. Purpose: The purpose of this requirement is to procure STACIS iX LaserTable-Base replacement parts. The anti-vibration table is the STACIS iX LaserTable-Base housed in Building 35, Room 411. The replacement parts (frame) must restore the anti-vibration table�s full functionality. That functionality is defined as follows: � Isolation starting at 0.6Hz -5 to -10 dB (40 - 70%) @ 1 Hz - 1.25 Hz -10 to -15 dB (70 - 85%) @ 2 Hz -20 dB (90%) or more @ 2.5 Hz -30 dB (97%) or more above 5Hz (vii)��The Government anticipates award of a firm fixed-price contract for this acquisition, and the anticipated period of performance is: Delivery: 8 Weeks after receipt of the award (ARO) (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 (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) 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� (End of clause) 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 (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2024) NIH Invoice and Payment Provisions (ix)� The Government plans to make an award resulting from this solicitation. The resulting award will be made to Technical Manufacturing Corp, as long as the quote is technically acceptable, and the negotiated price is fair and reasonable. (x)� The Offerors is to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), 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 (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)�There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (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. The Unique Entity ID (UEI), 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 2:00p.m., Eastern Daylight/Standard Time, on March 22, 2024, and reference solicitation number 75N95024Q00200. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/aec614d60369404aacee3d8c798a741e/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN06999038-F 20240317/240315230048 (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.