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-2083990 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) 2021-06, Effective 07/12/2021.
The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard size of 1,000 employees.
This requirement is not set-aside for small business.
This is Brand-name or equal requirement.
This is for COVID-19 research.
Background and description of requirement:
The Rocky Mountain Laboratory (RML) Laboratory of Virology (LV) Disease Modeling and Transmission section (DMTS) studies emerging and re-emerging viral pathogens with an aim of developing diagnostics, treatments, and vaccines. The section focuses on the lifecycle of certain viral pathogens that are likely to cause serious or lethal human disease, including the causative viral agent of COVID-19. PCR is an integral method in both testing for and quantifying viral RNA.
This request includes a RealTime PCR System and its operation software. The RealTime PCR system allows fluorometric "Real Time" reading of chemical processes within a biological assay. Current biological assays not only require a wide range of filters to detect specific fluorophores, but also require "multiplexing" in which multiple fluorophores can be read simultaneously to ensure consistent internal controls and increasingly accurate data collection and comparison.
As this laboratory concentrates on molecular biology experimentation, it is essential that this core equipment be reliable, highly flexible, and consistent in sample processing and data collection. This Quantstudio will be used with the other one, it is needed for an increase of production in the lab.
Requirement:
Applied Biosystems QuantStudio 5 with options. See BOM for requirements
If an alternate item is offered, it must be accompanied with side-by-side comparison of alternate product and requested product.
Place of Delivery: NIAID/RML, 903 S 4th St, Hamilton, MT 59840
Delivery Date:
30 days ARO
*Include your DUNS number on quote
*Include response to FAR 52.204-26 attachment and return with quote
*Include response to FAR 52.204-24 if applicable
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. The purchase order award will be based on the lowest price technically acceptable.
The following FAR provisions apply to this acquisition:
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.211-6 Brand-Name or Equal (Aug 1999)
FAR 52.212-1 Instructions to Offerors Commercial Items (Jul 2020)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Feb 2021)
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 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)
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jul 2021)
FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)
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 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.
Offers may be mailed, e-mailed, or faxed to Ms. Skye Duffner, (E-Mail/ skye.duffner@nih.gov 406-802-6092). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) (Jun 2020)
All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Ms. Skye Duffner at skye.duffner@nih.gov.