Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 24, 2025 SAM #8459
SOLICITATION NOTICE

66 -- MESO QUICKPLEX SQ 120MM READER

Notice Date
1/22/2025 12:22:12 PM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
RFQ-NIAID-25-2249531
 
Response Due
2/3/2025 7:00:00 AM
 
Archive Date
02/18/2025
 
Point of Contact
Rubyanne Matthewss, Jesse Weidow
 
E-Mail Address
rubyanne.matthews@nih.gov, jesse.weidow@nih.com
(rubyanne.matthews@nih.gov, jesse.weidow@nih.com)
 
Description
Combined Synopsis & Solicitation Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-25-2249531 Posted Date: 01/22/2025 Response Date: 02/03/2025 Set Aside: No NAICS Code: 334516 Classification Code: 6640 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 903 S 4th Street, Hamilton, MT 59840 Title: MESO QUICKPLEX SQ 120MM READER (Brand name) Primary Point of Contact: Rubyanne Matthews Secondary Point of Contact: Jesse Weidow Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and solicitation for commercial Items,� as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-25-2249531 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05 May 22, 2024. The North American Industry Classification System (NAICS) code for this procurement is 334516, ANALYTICAL INSTRUMENTS - INCLUDES ANALYTICAL EQUIPMENT FOR LABORATORY USE, SUCH AS TESTING EQUIPMENT, ETC., with a business size standard of 1000 employees. The requirement is being competed full and open competition, un-restricted, with brand name or equal requirements, and without a small business set-aside. The Laboratory of Malaria and Vector Research (LMVR) at the National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the MESO QuickPlex SQ 120MM Reader. This is a brand-specific request, and no alternative instrument will be accepted. The MESO QuickPlex SQ 120MM Reader is uniquely manufactured and sold exclusively by Meso Scale Discovery (MSD), a division of Meso Scale Diagnostics, LLC. The system�s electrochemiluminescence (ECL) technology, utilizing proprietary SULFO-TAG� labels, is unmatched in its ability to deliver highly sensitive and reproducible multiplexed measurements without reliance on beads or flow cells. Its compatibility with MSD�s proprietary MULTI-ARRAY� and MULTI-SPOT� microplates is critical for the precision and reliability required in LMVR�s ongoing research and clinical trials. A change in instrument would render the lab�s existing assays and data incompatible, jeopardizing key studies on immune responses to vector-borne diseases such as Lyme disease, and would compromise the integrity of the research. Therefore, only the MESO QuickPlex SQ 120MM Reader will meet LMVR�s scientific and operational requirements. Shipping location: 12735 Twinbrook Pkwy Rockville, MD 20852 The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. By submitting an offer in response to the RFQ, the vendor is accepting that all government terms and conditions shall prevail over the award. The award will be based on the following: capability to meet the items brand requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (MAY 2024) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (JAN 2017) FAR 52.204�26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023) FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (MAY 2024) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 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 address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database at the time of quote submission, prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html. Submission shall be received no later than February 3, 2025 @ 10:00 AM EST. All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/870f7dd3a80a4a4ebd59a8d442435c31/view)
 
Place of Performance
Address: Rockville, MD 20852, USA
Zip Code: 20852
Country: USA
 
Record
SN07320165-F 20250124/250122230107 (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.