Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 07, 2024 SAM #8320
MODIFICATION

66 -- Brand-Name or Equal Axion Biosystems 48-well microelectrode array plates for the National Center for Advancing Translational Sciences

Notice Date
9/5/2024 6:40:51 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
75N95024Q00574
 
Response Due
9/9/2024 1:00:00 PM
 
Archive Date
09/24/2024
 
Point of Contact
Mark McNally, Contracting Officer, Phone: 3018275869
 
E-Mail Address
mark.mcnally@nih.gov
(mark.mcnally@nih.gov)
 
Description
�(i)������� This is a combined synopsis/solicitation for commercial products and commercial services 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 75N95024Q00574 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial product 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 Products and Commercial Services, and is not expected to exceed the simplified acquisition threshold. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is September 12, 2024. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-06 dated August 29, 2024. (iv)������ This acquisition has no set-aside restrictions. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. � DESCRIPTION (v)������� This acquisition of services is for the following list of contract line item numbers (CLINs) including options: CLIN 01: �������� Product Description: CytoView MEA 48, transparent bottom white walls. Product Number M768-tMEA-48W. (10) boxes CytoView MEA 48-White plate (5 plates/box) � CLIN 02: �������� Shipping and Handling (vi)������ The purchase description with the salient characteristics brand-name or equal products must meet is included as Attachment 1 to this Solicitation. (vii)����� The delivery date is within thirty (30) days after receipt of order (ARO). Delivery will be f.o.b. destination, and the quotation�s total price must include all shipping and handling costs. The place of delivery and acceptance shall be: NCATS, NIH 9800 medical center drive BLDG C. Room 301W Rockville MD 20850 � PROVISIONS, CLAUSES, AND OTHER TERMS AND CONDITIONS � (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Products and Commercial Services, applies to this acquisition. (ix)������ The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance as defined under FAR 13.106-2(b)(3). � (x)������� Quoters must include completed copies of the following provisions with their quotes. Important: If the quoter has completed these at www.sam.gov, then the quoter does not need to provide completed copies of these with their quote: � FAR clause 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services, FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation; and, if applicable, FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services, applies to this acquisition. ����������� The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference: FAR 52.204-7 System for Award Management (Oct 2018) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 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 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.225-2 Buy American Certificate (Oct 2022) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following apply to this acquisition and are incorporated in full text as attachments: NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (3/21/2023) (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. SUBMISSION INSTRUCTIONS (xv)����� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The response shall contain a quotation that includes the total price, as well as: 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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. � 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 responses must be received by 04:00 PM EDT on September 9, 2024, and reference Solicitation Number 75N95024Q00574. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov. (xvi)���� The name and telephone number of the individual to contact for information regarding the solicitation: Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov. ATTACHMENTS Purchase Description FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services (May 2024) NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (3/21/2023)
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f24c73849803458b8dd73cde1d112ad4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07199029-F 20240907/240905230116 (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.