Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2016 FBO #5364
SOLICITATION NOTICE

B -- Antibody Protein Sequencing Services - FAR 52 212 5 - SOW

Notice Date
7/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541711 — Research and Development in Biotechnology
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIAID-RFQ16-1804175
 
Archive Date
8/27/2016
 
Point of Contact
Bradley C. Engel, Phone: 301-761-6795
 
E-Mail Address
brad.engel@nih.gov
(brad.engel@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
SOW FAR 52 212 5 This notice is a combined synopsis/solicitation for commercial items prepared 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; quotes are being requested. Submit offers on NIAID-NOI16-1804175. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-89, dated July 2016. The associated North American Industry Classification System (NAICS) code for this procurement is 541711 with a small business size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID), is seeking Antibody Protein Sequencing Services. Please see Statement of Work (SOW) for specifics. Period of Performance: 12 Month Period NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to meet the technical specifications, past performance, providing the proposed service in a timely manner, and reasonable price. Technical specifications are included in the SOW. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical and past performance non-price factors are considered equal and are more important than price. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Apr 2016) 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 The following contract clauses apply to this acquisition: FAR 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) FAR 52.212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jun 2016) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.203-70 Anti-Lobbying (Dec 2015) HHSAR 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation 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/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for Antibody Protein Sequencing Services. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Question and Answer session ends 08/05/2016. Submission shall be received not later than 08/12/2016 7AM (EST). Offers may be e-mailed to brad.engel@nih.gov. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ16-1804175/listing.html)
 
Place of Performance
Address: 40 Convent Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04202515-W 20160731/160729235316-67a6217a7133627d9d81399ccbaef848 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.