This is a combined synopsis/solicitation for a commercial product prepared in accordance with the format in Federal Acquisition Regulation (FAR) 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.
The solicitation number is 75N95025Q00205 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 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 (SAT). A fixed-price type of purchase order is contemplated for this requirement.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-05, dated August 7, 2025.
The North American Industry Classification System (NAICS) code for this procurement is 334516 – Analytical Laboratory Instrument Manufacturing. This requirement shall be solicited using full and open competitive procedures.
The Government requires a brand name or equal Flash Chromatography System with integrated ELSD. Pleaser refer to Attachment 1 – Purchase Description for specifications and details.
Please refer to Attachment 1 – Purchase Description for details and information describing the brand name or equal salient characteristics and requirements.
Delivery shall be made no later than 90 days after receipt of order (ARO) to the following locations:
Mariena Mattson
NIH/NIDA
9800 Medical Center Drive, Rm 239A
Rockville, Maryland 20850
The provision at FAR Clause 52.212-1 Instructions to Offerors—Commercial Products and Commercial Services (SEP 2023) is applicable and incorporated by reference into this solicitation. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders – Representation and Disclosures (Dec 2023)
- FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (Sep 2023)
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Feb 2024)
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Nov 2023).
The provision at FAR clause 52.212-2, Evaluation – Commercial Products and Commercial Services (Nov 2021), applies to this acquisition.
- 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: (i) technical capability (ii) price; (iii) past performance [see FAR 13.106-2(b)(3)]
- Technical and past performance, when combined, are significantly more important than cost or price.
The provision at FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services (MAY 2024), is applicable and incorporated by reference into this solicitation.
The provision at FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (NOV 2023), applies to this acquisition. See Attachment 2.
The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. See Attachment 3.
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.
Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror’s capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation.
Basic cost and price information in the Offeror’s proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms.
The Contractor shall submit its quote electronically.
Offerors MUST verify the valid certifications, registrations, and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror’s cover sheet.
In addition the vendor Unique Entity Identifier (UEI) 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 no later than September 11, 2025, 11:00 AM EST. Late responses may not be accepted. All responses must reference solicitation number 75N95025Q00205. Responses must be submitted electronically to the Contract Specialist, Andrew Varley, at Andrew.Varley@nih.gov. with a copy also to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov. For information regarding this solicitation, please contact Andrew Varley by email at Andrew.Varley@nih.gov. or by phone at 301-827-5851.
DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contract Specialist, Andrew Varley, at Andrew.Varley@nih.gov. on or before 11:00 AM EST, September 9, 2025. Fax responses will NOT be accepted.