This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-88-1 05/16/2016.
The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. This requirement is not set aside for small business.
The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase:
1. BD LSRFortessa Flow Cytometer System catalog#649225. To include:
• 649225-B2 BD LSRFortessa 3 Laser (blue/red/UV) - 8 color
(4/2/2)System BD LSRFortessa configuration with 488nm
(blue)-50mW Laser, 355nm (UV)-20mW and 640nm (red) -
40mW Laser Supporting 8 color + 2 Scatter Parameters
Mirror/ Filters Included -
(Blue) 530/30 505 LP; 575/26 550 LP; 695/40 685 LP; 780/60
750LP
(Red) 780/60 750LP; 670/14
(UV) 530/30 505LP; 450/50
• Starter Kit consisting of Calibrite 3 Color Beads Kit 25
Tests IVD, Calibrite APC Beads 25 Tests IVD, DNA QC
Particles (25 Tests), BD FACSDiva CS&T Research Beads Kit 50T, 656744
and 656750 - Sirigen Filter and Mirrors for Violet Laser
• 19 inch LCD Monitor - qty 2 catalog#652867
• Ricoh SP C320DN Printer - qty 1 catalog#653115
2. LSR Cytometer Table/Bench - qty 1 catalog#347545
3. Shipping and handling charges.
FOB Point shall be Destination; Bethesda, MD 20814.
Place of Performance:
NIH/NIAID
Bldg 10
10 Center Drive
Bethesda, MD 20814
United States
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.
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 (May 2015)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (March 2016)
*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 telephone or fax.
Submission shall be received not later than 7/18/16 1:00 PM Mountain Time.
Offers may be mailed, e-mailed or faxed to Janna Weber; (Fax - 406-363-9288), (E-Mail/ [email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)
All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to ([email protected]).