Federal Bid

Last Updated on 11 Jul 2021 at 3 PM
Combined Synopsis/Solicitation
Baltimore Maryland

Abeyance Cryo Solutions A440 LN2 Vapor Freezer

Solicitation ID 75N95021Q00250
Posted Date 11 Jul 2021 at 3 PM
Archive Date 30 Jul 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Nida
Agency Department Of Health And Human Services
Location Baltimore Maryland United states

 (i)        This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.

(ii)        The solicitation number is 75N95021Q00250 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 Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold.

THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). 

The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Institute on Aging (NIA), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to LABREPCO, LLC, 101 Witmer Road, Suite 700, Horsham, PA 19044 for Abeyance Cryo Solutions.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1).
 

(iii)       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-05, with effective date March 10, 2021.

(iv)       The associated NAICS code 333415 and the small business size standard 1,250 Employees. This requirement has no set-aside restrictions.

(v)        This requirement is for the following:

Item No.: PN-45 - Quantity: 1

Abeyance Cryo Solutions A440 LN2 Vapor Freezer.   Specifications:  Capacity:  5-2 Slim Racks: 44,000 x 2ml vials | 440 x 2" boxes | 88 racks 13-2 Square Racks: 41,600 x 2ml vials | 416 x 2" boxes | 32 racks

Outer Diameter: 45" or 1,143mm

Overall Height: 59" or 1,499mm

Step Height: 10.5" or 267mm

Liftover Height: 39.5" or 1,003mm

Usabel Height: 30" or 762mm

LN2 Capacity: 150L

Hold Time (<Tg): >15 Days

Warranty: 3 year parts and craftsmanship | 7 year vacuum insulation

Safety/Regulatory: Conforms to UL STD 61010-1 | CSA STD C22.2 # 61010-1 | LVD (2014/35/EU)

Battery backup and gas bypass included

Item No.: AC-0014 - Quantity: 1 - Qty 32 13-2 Square Vial Box Racks

Freight: Dock to dock freight only

(vi)       The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Institute on Aging, 251 Bayview Blevard, Baltimore, MD 21224-6825.

(vii)      The provision 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 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 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020)
  • FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 2020)
  • FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate

(May 2014); Alternate I (Jan 2021)

  • 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 Items (Oct 2018). Addendum to this FAR clause applies to this acquisition and is attached.
  • HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
  • HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015)

The following provisions and clauses apply to this acquisition and are attached in full text:

  • FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2021)
  • NIH Invoice and Payment Provisions/Instructions for Submitting Electronic invoices

(viii)     The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:

a. Technical capability of the item offered to meet the Government requirement;

b. Price; and

c. Past performance [see FAR 13.106-2(b)(3)].


(ix)       The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(x)        There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

(xi)       The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.

(xiii)     Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. 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: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations.

The Dun & Bradstreet Number (DUNS), 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.

All quotations sent in response to this solicitation must be submitted to Fred Ettehadieh, Contracting Officer, electronically by email at [email protected] by the closing date and time of this solicitation, and reference Solicitation Number 75N95021Q00250.

All responses must be received by the specified closing  date and time in order to be considered. 

Fax responses will not be accepted.

Bid Protests Not Available

Similar Past Bids

Gaithersburg Maryland 30 Mar 2021 at 5 PM
Bethesda Maryland 22 Jun 2021 at 2 AM
Wayne Pennsylvania 26 Aug 2021 at 4 PM
Atlanta Georgia 06 Jul 2020 at 12 AM

Similar Opportunities

Charleston South carolina 14 Jul 2025 at 8 PM
Lake West virginia 10 Jul 2025 at 10 PM
Falls church Virginia 11 Jul 2025 at 10 PM
Bethesda Maryland 15 Jul 2025 at 2 PM