MODIFICATION
66 -- Gel and blot high-resolution imaging system.
- Notice Date
- 2/27/2026 9:28:46 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- PROGRAM SUPPORT CENTER ACQ MGMT SVC ROCKVILLE MD 20857 USA
- ZIP Code
- 20857
- Solicitation Number
- 75N98026Q00015-RFQ
- Response Due
- 3/4/2026 9:00:00 AM
- Archive Date
- 03/19/2026
- Point of Contact
- Irisneia Merscher, Phone: (301) 348-3396
- E-Mail Address
-
irisneia.merscher@hhs.gov
(irisneia.merscher@hhs.gov)
- Description
- (i) This is a combined synopsis/solicitation for commercial products or commercial services prepared in accordance with part 12. This announcement constitutes the only solicitation. Offers are being requested and a separate written solicitation will not be issued. The solicitation number is 75N98026Q00015-RFQ is issued as a Request for Quotation (RFQ) for the purchase of Gel and blot high-resolution imaging system. This acquisition is not set-aside for small business concerns. This requirement is full and open with no set-aside restrictions. This solicitation incorporates provisions and clauses by reference. The full text of provisions and clauses may be accessed electronically at www.acquisition.gov/RFO. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (ii) This requirement is for the following product: Gel and blot high-resolution imaging system - Bio-Rad ChemiDocMP Imaging System (Brand Name or Equal). (iii) High-resolution imaging system. The system must be comparable to Bio-Rad ChemiDocMP Imaging System - Model/Catalog No. 12003154. Purchase Description attached for product specification. (Attachment 1) (iv) The Government anticipates award of a firm fixed-price purchase order for this acquisition and the anticipated delivery date is 30 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 10 Center Drive 10B01, Bethesda MD 20892. (v) The provisions at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 this address: https://www.acquisition.gov/far-overhaul https://www.hhs.gov/contract-policies-regulations/hhsar-overhaul (End of provision) The following FAR (RFO FAR 12.2025(a)) provisions are applicable and incorporated by reference: FAR 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services. FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation. FAR 52.204-7, System for Award Management. The following HHSAR provision is applicable to this requirement and incorporated by reference: HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015). (vi) The clauses 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 this address: https://www.acquisition.gov/far-overhaul https://www.hhs.gov/contract-policies-regulations/hhsar-overhaul (End of clause) The following FAR (RFO 12.205(b)) clauses are applicable and incorporated by reference: FAR 52.212-4, Terms and Conditions�Commercial Products and Commercial Services. FAR 52.204-13, System for Award Management Maintenance. FAR 52.209-6, Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, Proposed for Debarment, or Voluntarily Excluded FAR 52.219-4, Notice of Price Evaluation preference for HUBZone Small Business Concerns FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-50, Combating Trafficking in Persons FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. FAR 52.209-10 Prohibition on Contracting With Inverted Domestic Corporations. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors. FAR 52.233-3 Protest after Award. FAR 52.233-4 Applicable Law for Breach of Contract Claim. The following HHSAR clause is applicable to this requirement and incorporated by reference: HHSAR 352.239-74, Electronic and Information Technology Accessibility. EVALUATION: The Government will evaluate quotations or offers in accordance with FAR 12.203 and award a purchase order from this solicitation to the vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors will be used to evaluate quotes: (a) technical capability of the product offered to meet the government requirement; (b) price, and (c) past performance. Technical capability and past performance, when combined, are significantly more important than price. If you are providing an �equal� product, you must submit additional documentation that highlights and describes how your product is equal to required product. Notice of award. A written notice of award or acceptance of an offer furnished to the successful Offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The following invoice instruction is included and will be incorporated in the final award: Agency Invoicing Instructions (Attachment 2). (vii) All quotations must be received by 12pm EST on March 4, 2026, and reference Solicitation No. 75N98026Q00015-RFQ. Responses must be submitted electronically to irisneia.merscher@hhs.gov. (viii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees. FAR DEVIATION STATEMENT: �System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in this solicitation. Contracting officers will rely on representations from offers based on provisions in the solicitation. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product. The price quote shall include unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include, special features required for effective program performance, trade-in considerations, probable life of the product selected as compared with that of a comparable product, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the product offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. The Unique Entity ID (UEI) from SAM.gov, the Taxpayer Identification Number (TIN), 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/25f5ffeaf37f447687ebf924457e2f7d/view)
- Place of Performance
- Address: MD, USA
- Country: USA
- Country: USA
- Record
- SN07729221-F 20260301/260227230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |