Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2017 FBO #5865
SOLICITATION NOTICE

65 -- Steadylite Plus Reporter Gene Assay Reagent System

Notice Date
12/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325414 — Biological Product (except Diagnostic) 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
NIAID-RFQ-18-1882695
 
Archive Date
1/1/2018
 
Point of Contact
Akilah Bullock, Phone: 3017617500
 
E-Mail Address
akilah.bullock@nih.gov
(akilah.bullock@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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 NIAID-RFQ-18-1882695 and the solicitation is issued as a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 06 Nov 2017. The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (Except Diagnostic) Manufacturing, with a business size standard of 1250 employees. This is a brand name requirement and no SUBSTITUTES will be allowed.. The National Institute of Allergy and Infectious Diseases (NIAID) in support of the Humoral Immunology Section (HIMS) of the Vaccine Research Center (VRC) has a brand name requirement for a quantity of 14 steadylite plus reporter gene assay reagent system kits, Catalog #6066759. Brand Name/Offeror must be a Perkin Elmer authorized reseller by RFQ close. This kit is being requested for experiments conducted in the Humoral Immunology Section of the VRC. This is a brand name requirement and no SUBSTITUTES will be allowed. Period of Performance: Delivery schedule on an as-needed basis. Estimated Period of Performance is 12/25/17 to 01/24/18 The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Jan 2017) 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 (Jan 2017) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) FAR 52.217-6 Option to Increase Quantity (Mar 1989) FAR 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.222-48 -Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment -- Certification. (May 2014) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (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 Perkin Elmer's Steadylite plus reporter gene assay reagent system as defined herein. 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).) Offers may be mailed, e-mailed or faxed to Akilah Bullock, (E-Mail/ Akilah.Bullock@nih.gov). All emailed quote must include the solicitation number, NIAID-RFQ-18-1882695 in the subject line of the email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) Submission shall be received not later than 12/17/2017 10:00AM (EST) 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, Akilah Bullock, Akilah.Bullock@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-18-1882695 /listing.html)
 
Place of Performance
Address: Vaccine Research Center, 40 Convent Drive, Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04764908-W 20171214/171212231546-86f040e0bc56b7c29022d540f8c73343 (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.