Federal Bid

Last Updated on 27 Feb 2024 at 8 PM
Combined Synopsis/Solicitation
Location Unknown

BRAND NAME FACSSymphony WITH Computer Bundle Z2 SFF G9 Symphony A1 Software WITH DIRECT SHIPPING TO CAMBODIA

Solicitation ID RFQ-NIAID-24-2209042
Posted Date 27 Feb 2024 at 8 PM
Archive Date 23 Mar 2024 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Cambodia

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 RFQ-NIAID-24-2209042 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-03 February 23, 2024

The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees. The requirement is being competed full and open competition, with a brand name restriction and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID), has a requirement for:
Brand Name FACSSymphony A1 2B3R5YG6V (computer monitor not included) CAT REF # 664893 

Specifications: 

FACSSymphony: FACSSymphony A1 2B3R5YG6V (computer monitor not included) CAT REF # 664893  QTY: 1
4 Laser (Blue, Red. Violet, Yellow-Green)/ up to 16 Color (up to 18 parameters) 
•Premium high-end BD FACSymphony™ instrument technology scaled to fit benchtop
•Flexibility to meet a broad spectrum of research needs from small particle research to 16-color immunophenotyping
        -     Industry standard BD FACSDiva™ Software for streamlined workflow
        -     BD® Small Particle Detector Optional detector for small particle side scatter (SP SSC) for resolving particles as Familiar Workflow Industry standard BD FACSDiva™ and FlowJo™ Software enable easy system QC, data acquisition and analysis
BD FACSymphony™ Instrument Technology Reduce background noise and increase sensitivity with low noise

Accessories and consumables: 
1)     -Computer Bundle Z2 SFF G9 Symphony A1 Software: FACSDiva V9.0.2 window 10  
CAT REF # 666599  QTY: 1 
       3)    -BD FACSCelesta HTS  CAT REF # 658946  QTY: 1
       4)    -Option FACSFlow Supply Sys LSRFortessa CAT REF # 649908  QTY: 1
       5)    -BD FACSDiva CS&T Research Beads Kit 150T CAT REF #  655051  QTY: 1
       6)    -BD FACSFlow Sheath Fluid 20L  CAT REF # 342003  QTY: 1
       7)    -BD FACS Clean Solution 5L CAT REF # 340345  QTY: 1
       8)    -BD Detergent Solution Concentrate  CAT REF # 660585   QTY: 1
       9)   THESE PRODUCTS MUST SHIP DIRECT TO FOREIGN SITE IN CAMBODIA. These products will NOT touch domestic soil. These product posting requirements must use the only local distributor, DKSH (Cambodia) LTD to ship directly to: US EMBASSY PHNOM PENH #1, street Christopher Howes (96), Daun Penh, Phnom Penh Attn: Dr. Christina Yek  

Where: Laboratory of Malaria and Vector Control (LMVR), Cambodia
These product posting requirements must use the only local distributor, DKSH (Cambodia) LTD to ship directly to: US EMBASSY PHNOM PENH #1, street Christopher Howes (96), Daun Penh, Phnom Penh Attn: Dr. Christina Yek 

10) ALL FOREIGN TAXES MUST BE INCLUDED AS THIS WILL BE A FIRM FIXED PRICE AWARD

11) This equipment must include a 1-year warranty and to include 2 preventative maintenance visits between 6 months. May be at no charge, as all-inclusive with price of instrument or priced separately as a line item.
   
12) INVOICES WILL BE PAID UPON DELIVERY AND ACCEPTANCE OF UNITS AND PRODUCTS. NO PAYMENTS WILL BE ISSUED IN ADVANCE OF RECEIVING PRODUCTS. 
   
12) INVOICES FOR THE SERVICE/WARANTY AGREEEMENT WILL BE PAID IN QUARTERLY PAYMENTS IN ARREARS IF PRICED OUT SEPARATELY.
    
13) LIST DELIVERY LEAD-TIME IN WEEKS OR DAYS

The Service Agreement portion is for 1 year once the unit is delivered. This service must be performed by DKSH has trained DKSH representatives on equipment service and maintenance. As such, DKSH is able to provide the only in-country equipment servicing for flow cytometers in Cambodia, which is a crucial consideration for these technically sensitive and expensive pieces of equipment that require regular maintenance and upkeep.

Justification: The immunophenotyping assays that will be used have been designed on BD instruments that laboratories in Bethesda, Rockville and Institut Pasteur Cambodge.  While some panels are simples (4-6 colors); others will require 10-14 panels; the instrument must therefore be able to read at least 14 colors. The complexity of creating these antibody panels means that acquiring a BD instruments at ICER Cambodia is needed to maximize assay transferability between labs and would enable us to perform cross-validation of assays performed on the same instruments across different labs. For continuity between the labs located foreign and domestically, this brand name equipment is imperative. 

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.  The award will be based on the following: technical capability to meet the requirements and price. ****Please note - Time and Material proposals will not be accepted, only Firm Fixed Price Quotations. ****

The following FAR provisions apply to this acquisition: 

FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)

FAR 52.204-7 System for Award Management (OCT 2018)

(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 (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)

52.204–26 Covered Telecommunications Equipment or Services-Representation
(OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2022)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

FAR 52.204-13 System for Award Management Maintenance (OCT 2018)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 2015)

FAR 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998)
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:  http://farsite.hill.af.mil/vffara.htm

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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than March 8, 2024 @ 4:00 EST

Offers may be e-mailed to Diana Rohlman (E-Mail/ [email protected]). Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2209042). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) 

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 Diana Rohlman at [email protected].

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Bruceton mills West virginia 04 Aug 2025 at 2 PM