Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 29, 2017 FBO #5697
SOLICITATION NOTICE

66 -- BelloCell High Density Cell Culture System and cell culture bottles – Brand Name or Equal - Terms & Conditions

Notice Date
6/27/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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
RFQ-RML-E-1857204
 
Archive Date
7/11/2017
 
Point of Contact
Jesse Weidow, , Barbara Horrell, Phone: 3017616749
 
E-Mail Address
weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov
(weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
terms & conditions Document Type: Request for Quotes Solicitation Number: RFQ-RML-E-1857204 Posted Date: June 27, 2017 Response Date: July 10, 2017 Set Aside: none NAICS Code: 334516 Classification Code: 66 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive MSC 4811 Room 2NE70-A, Bethesda, MD 20817 Title: BelloCell High Density Cell Culture System and cell culture bottles - Brand Name or Equal Primary Point of Contact: Secondary Point of Contact Jesse Weidow Barbara Horrell Description: 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 and a written solicitation document will not be issued. Submit offers on RFQ-RML-E-1857204. This acquisition is a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC is 2005-95 1/2017. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. This is not a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Laboratory of Infectious Disease (LID), is seeking to purchase a BelloCell High Density Cell Culture System Complete, CAT# CLS-1314-02 and BelloCell 500 Cell Culture Bottles, 4/case CAT# CLS-1300-10, BRAND NAME OR EQUAL: BRAND NAME OR EQUAL TO THESE CATALOG#'s: A quantity of two of CAT# CLS-1314-02 And a quantity of ten of CAT# CLS-1300-10 - Due to protocols we are requesting that a quantity of 5 be delivered right away and the remaining 5 be delivered on a later day, within 6 months of the first delivery. Required Specifications: •Low shear force to cells during culture •Should fit into one incubator (standard 6 cub. feet) •One bottle with at least 15,000 cm2 specific surface area. Four bottles can be operated in the same device. •Bioreactor should able to sample the carrier to observe cells, and count cells •The matrix carrier should be 3-dimensional mimicking in-vivo system •Cells can be harvested from the bottle •The matrix should have specific shape or construction to prevent overlapping •All parts with cell culture should meet biocompatibility for USP Class VI biological tests •Air going into culture bottle should pass one additional 0.22 um filter •Bioreactor should work on both serum containing and serum free media •Linearly scalability system from 0.1 L matrix volume up to 100 L matrix volume. Shipping charges and warranty information must be included in the quote. If quoting for an equal product, you must include information that shows that it is equal to the brand that is being requested. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. FOB Point shall be Destination; Bethesda, MD 20892. Place of Performance: National Institutes of Health, NIAID 33 North Drive Bethesda, MD 20892 United States PROVISIONS AND CLAUSES The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein. The following FAR and HHSAR provisions and clauses 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 (Mar 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 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) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013) The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (JAN 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 2010) 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, under an active status for All Awards, 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://farsite.hill.af.mil/vffara.htm or, upon request, either by email or fax. Submission shall be received not later than July, 10, 2017 5:00 PM Mountain Time. Offers may be mailed, e-mailed or faxed to Jesse Weidow; (E-Mail/ jesse.weidow@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit a quotation which shall be considered by the agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to (jesse.weidow@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-E-1857204/listing.html)
 
Place of Performance
Address: 33 North Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04559660-W 20170629/170627235857-4ae28dccff6c500af54e7bcbf06827c1 (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.