Federal Bid

Last Updated on 04 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Pike New hampshire

Brand Name Only: SomaLogic SOMAscan HTS Assay Kits

Solicitation ID NIAID-RFQ-1972981
Posted Date 20 Aug 2019 at 9 PM
Archive Date 04 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Pike New hampshire United states
FedBizOps Synopsis
Title: Brand Name Only: SomaLogic SOMAscan HTS Assay Kits
Solicitation Number: NIAID-RFQ-1972981
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-1972981 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) 2019-04 as of August 07, 2019

The North American Industry Classification System (NAICS) code for this procurement is 325414, Biological Product (except Diagnostic) Manufacturing, with a small business size standard of 1250 employees. This acquisition is a total small business set-aside, with brand name restriction.

The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Department of Intramural Research (DIR).

Place of Performance: NIH, 10 Center Drive, Bethesda, MD 20892, United States. FOB: Destination

Requirements: Successful offerors must have the knowledge, skill, ability, and resources to reliably fulfill the following requirements:

Brand Name Only: SomaLogic COMAscan Assay Kit requirements:

HTS Assay Kit, Cells & Tissue - CAT# 900-00013 - Quantity of 5
HTS Assay Kit, Human Serum - CAT# 900-00014 - Quantity of 9
HTS Assay Kit, Human Plasma - CAT# 900-00010 - Quantity of 3
Manufactured by SomaLogic - https://somalogic.com/

Submissions must include the following:
Shipping/Handling/Delivery charges
Country of manufacture

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; capability to meet the requirements, delivery lead times and price.

The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (OCT 2018)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (OCT 2018)
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 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (Jan 2017)
52.204-24 Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment (August 2019)
*** Must complete representation - see attachment 52.204-24

The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (August 2019)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (August 2019)
*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 (Dec 2013)
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 (August 2019)
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements of Statements (January 2017)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (December 2014)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 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
FAR 52.204-18 Commercial and Government Entity Code Maintenance (JULY 2016)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

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 https://www.acquisition.gov/browsefar
& https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than Tuesday September 3rd by 5:00 P.M. EASTERN TIME.

Offers may be mailed, e-mailed to [email protected]
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 Jesse Weidow @ [email protected]

 

 

Bid Protests Not Available

Similar Past Bids

Center Kentucky 15 Aug 2018 at 3 AM
Pike New hampshire 12 Jul 2019 at 8 PM
Rockville Maryland 27 Aug 2020 at 10 PM
Bethesda Maryland 09 Jul 2021 at 12 AM
Pike New hampshire 11 Sep 2017 at 10 PM