Automated centrifugation-based plate washer with dispenser system
COMPETITIVECOMBINED SYNOPSIS / SOLICITATION BRAND NAME OR EQUAL Title: Acquisition of a BlueWasher for liver stage Plasmodium assays (i) This is a combined synopsis/solicitation for commercial items p... COMPETITIVECOMBINED SYNOPSIS / SOLICITATION BRAND NAME OR EQUAL Title: Acquisition of a BlueWasher for liver stage Plasmodium assays (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 75N95020Q00122 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-06 dated June 5, 2020. (iv) The associated NAICS code is 334516 and the small business size standard is 1000. This requirement is full and open with no set-aside restrictions. (v) The National Center for Advancing Translational Sciences (NCATS) requires the purchase of one (1) Automated centrifugation-based plate washer with dispenser system. Generic Name of Product: Automated centrifugation-based plate washer with dispenser system. Brand Name of Product: BlueCatBio FAR 52.211-6, Brand Name or Equal (Aug 1999) is applicable to this Solicitation. Salient Characteristics: 1573-L – BlueWasher – Qty 1 1576-US - Control Laptop Win10 – Qty 1 2DISMAG32AP - Dispenser System, 32 pin, adjustable pressure with magnetic quick swap – Qty 1 1575 – Dispenser Package 1536 – Qty 1 2DISAS - Dispenser, slanted – Qty 1 2INP1 - Additional liquid input channel – Qty 3 2CNM8 - Carrier, h8, 52mm cut-out – Qty 1 3SW120 - 12 Month Limited Warranty – Qty 1 Shippping and Handling, if applicable (vi) Delivery shall be sent to: The National Center for Advancing Translational Sciences (NCATS) Attn: Matthew Hall c/o Jon Musselman 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within 30 days after receipt of order. (vii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. CONTENTS OF THE QUOTE 1. Name of Company. 2. Street Address, City, State, Zip code. 3. Name of Person, telephone number, and e-mail address of person authorized to provide quote. 4. DUNS number. 5. Period of Performance OR Delivery Date After Receipt of Order. 6. Contract number (and title) if quoting based on a contract vehicle other than open market (such as GSA Federal Supply Schedules; other Government agency (OGA) contracts, Government-wide Acquisition Contracts (GWACs); or National Institute of Health (NIH) Blanket Purchase Agreements (BPA)). 7. Technical description of the product or service offered, in sufficient detail to evaluate compliance with the requirements of the Product Description above. Provide product or catalog number(s); product or service description, list price, unit price, unit discounts, total price, any shipping and handling costs, country of origin, etc. 8All relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description. 9. Proof that offeror is manufacturer or authorized seller/reseller of brand-name items. 10. Shipping costs and terms (f.o.b. and other terms as applicable). 11. Payment discount terms. 12. 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. (viii) The provision at FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price. (c) 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 Items, with offers. (x) The FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. The following addendum applies: (end of clause) 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 (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 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 (2/2014). (xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-50 Combating Trafficking in Persons (Mar 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-5 Trade Agreements (Aug 2018) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Jul. 2013) (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) The offeror must complete and return FAR 52.204-24 with its offer. (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. Respondents that believe that they are manufacturers or authorized resellers 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. (xv) In addition, the Dun & Bradstreet Number (DUNS), 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 6/22/2020 at 3:00 PM Eastern Standard TIme and reference solicitation number 75N95020Q00122. Responses must be submitted by email to Ty Lawson, Contract Specialist, ty.lawson@nih.gov, tel. 301-496-9868. Fax responses will not be accepted.
Data sourced from SAM.gov.
View Official Posting »