This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Requirements (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued.
The solicitation number for this requirement is 75D301-24-Q-77782, title “CDC_Driftcon PLATA 96v-15 Standard System RP-S” and is hereby issued as a Request for Quote (RFQ) using FAR Subpart 13.1 Simplified Acquisition Procedures.
Market Research indicates that Bioplastics Cyclertest Inc (BPCTi), a small business out of North Carolina, to be the only manufacturer, sole distributor, as well as sole service provider to end users of the Driftcon system. As such, CDC is planning a sole source award for a total Small Business set-aside.
The Centers for Disease Control and Prevention intends to award a firm-fixed-price contract for the following requirement, please either fill in the dollar amounts or provide a separate excel spreadsheet containing the same information including a list of line item number(s) and items, quantities, units of measure, and options, if applicable:
Base Period Items:
ITEM
SUPPLIES / SERVICES
QTY / UNIT
UNIT PRICE
EXTENDED PRICE
0001
DRIFTCON System 96v-15 Standard RP-S
DSY0702
Includes: Software, 3 Spec Sets, Hardware Box III (w/ 120 Acquisitions), cables and 1 probe fixture (15 wells) in storage box for use in ABI ProFlex & BioRad T100 (96 well).
Custodial Account #: 91506
1 Each
0002
Low Profile East Exit
DA0604
Includes one specification set.
For use in BioRad C1000, S1000 & CFX96 (96 well)
Custodial Account #: 91506
1 Each
0003
Low Profile South Exit 384 well
Custodial Account #: 91506
1 Each
0004
On-site Training
provided by a licensed BPCTi Calibration Technician. Topics covered (but not limited to) will include: software setup, specifications, hardware, “hands on” testing, analyzing results, problem solving and maintenance.
Custodial Account #: 91506
1 Each
0005
Shipping
Custodial Account #: 91506
1 Each
Acceptance and FOB point
The quote format is at the discretion of the offeror.
It is the offeror's responsibility to be familiar with the applicable clauses and provisions found on 75D301-24-Q-77782 Attachment _CDC_Driftcon_ Provisions and Clauses.
Clauses and provisions may be accessed via the Internet at website :
FAR | Acquisition.GOV.
This solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2024-05 (05/22/2024).
This acquisition is under North American Industry Classification System (NAICS) code 541380 and small business size standard of $10 million. A Firm-Fixed Price purchase order will be issued in writing to the successful offeror. To be eligible to receive an award resulting from this solicitation, contractor must be registered in the System for Award Management. To register apply via the Internet at https://www.sam.gov. For questions on registration contact Federal Service Desk at 866-606-8220.
No telephonic quotes will be processed.
All questions should be submitted no later than 3:00 P.M., Eastern Daylight Time (EDT) on Tuesday, June 18, 2024.
All quotes must be received no later than 3:00 P.M., Eastern Daylight Time (EDT) on Friday, June 21, 2024.
Please send any questions and quotes to Nathan R. Amador at wlv7@cdc.gov.
Attachments:
- 75D301-24-Q-77782_Attachment_CDC_Driftcon_Clauses and Provisions