SOLICITATION NOTICE
66 -- Automation Robot Purchase
- Notice Date
- 4/3/2024 12:40:36 PM
- 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
- 75N95024Q00232
- Response Due
- 4/10/2024 6:00:00 AM
- Archive Date
- 04/25/2024
- Point of Contact
- Kevin Alvarez
- E-Mail Address
-
kevin.alvarez@nih.gov
(kevin.alvarez@nih.gov)
- Description
- COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: � Automation Robot Purchase �(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 75N95024Q00232 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 expected to exceed the simplified acquisition threshold. The anticipated award date is 4/18/2024. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-03, dated 02/23/2024. (iv)������ The associated NAICS code 334516 and the small business size standard is 1000 employees. (v)������� Project Requirements: The requested equipment consists of the following Hamilton Company brand-name or equal goods: VANTAGE 1.3 MPH 96H 8SC. Part Number 6608567-03. Quantity 1. 1.3m Logistic Cabinet, wired no power. Part Number 92195-01. Quantity 1. 2-Track Waste, Right (Pos1). Part Number 6601971-01. Quantity 1. VCAP HOOD KIT, 1.3AB NEW. Part Number 98250-16. Quantity 1. Quad CO-RE Gripper, MFX Mount. Part Number 96006-01. Quantity 1. Logistics Cabinet LH Side Waste Drawer. Part Number 6606170-01. Quantity 1. Pipettor Left Hand Side Extension. Part Number 6606165-01. Quantity 1. MagEx STARlet ARW Hardware Kit. Part Number 49000-57. Quantity 1. Magnum FLX Enhanced Universal Mag Plate. Part Number OTP-ALPQ-0014. Quantity 1. Molded Tube Carrier w/spring, Set of 32. Part Number 96822-01. Quantity 3. HHS Adapter, DWP, U-bottom. Part Number 67384-01. Quantity 1. Hamilton Heater Cooler (HHC). Part Number 6601900-01. Quantity 1. VANTAGE HHC Cable. Part Number 6601886-03. Quantity 1. MultiFlex Carrier Base. Part Number 188039. Quantity 1. Module, MFX, MTP, Prec-Tab, STD. Part Number 6601987-01. Quantity 3. Precision Tab Carrier, MTP, L5. Part Number 93521-01. Quantity 1. Precision Tab Carrier, DWP, L5. Part Number 93522-01. Quantity 1. VENUS 6.0 Software Vantage/STARV. Part Number 6609000-01V6. Quantity 1. Industrial System Controller. Part Number 6603542-01. Quantity 1. Cable Extension Kit. Part Number 63309-01. Quantity 1. Ergotron Monitor Keyboard Arm. Part Number OTP-45-266-026. Quantity 1. ERGTRN Arm Bracket, Universal. Part Number 6606162-01. Quantity 1. 300 ?L CO-RE II Conductive Sterile Filter Tips. Part Number 235938. Quantity 1. 50 ?L CO-RE II Conductive Sterile Filter Tips. Part Number 235979. Quantity 1. 300 mL SBS Reagent Reservoir 96-well. Part Number 56669-01. Quantity 1. 120 mL Reagent Reservoir Self-Standing. Part Number 194052. Quantity 1. 60 mL Reagent Reservoir Self-Standing. Part Number 56694-01. Quantity 1. FVK II Solutions. Part Number 199030. Quantity 1. FVK II Independent Channels Consumable Kit 1. Part Number 62964-01. Quantity 1. FVK II MPH-96 Consumable Kit 4. Part Number 62964-04. Quantity 1. 4 Person Crew Delivery. Part Number Delivery Service 4. Quantity 1. Installation, VANTAGE. Part Number INSVAN55. Quantity 1. Method Programming and Operator Training. Part Number METH-PROG-TRNG. Quantity 5. Total shipping and installation price must be included in each offeror�s quote. ����������� (vi)������ Delivery/Inspection: Offerors shall provide on their quote a good faith delivery estimate from receipt of an order. Delivery, inspection, and acceptance will be performed at NIA located at 251 Bayview Blvd., Baltimore MD 21224. (vii)����� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (viii)���� The provision at FAR clause 52.212-2, Evaluation � Commercial Products and Commercial Services, applies to this acquisition.� The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, Technical Capability, Past Peformance and other factors considered. 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. (ix)������ Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services, 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. (x)������� The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and 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 of Equipment (Nov 2021) 52.217-5, Evaluation of Options (July 1990) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (4/2022). 52.225-2, Buy American Certificate (Oct 2022) (xi)������ FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services, applies to this acquisition (xii)����� The offeror must complete and return FAR 52.204-24 and FAR 52.204-26 with its offer. (xiii)���� Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. In addition the Unique Entity Identifier (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 responses must be received by April 10, 2024, 9:00 am, Eastern Standard Time and reference number 75N95024Q00232. Responses shall be submitted electronically to Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov. Fax responses will not be accepted. (xiv)���� The name of the individual to contact for information regarding the solicitation: Kevin Alvarez, Contracting Officer, kevin.alvarez@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c24e179ff404e5f95a0f5c212450507/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07019057-F 20240405/240403230052 (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 |