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) 2005-99 as of 06/22/2018
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 small business set aside is dissolved for this requirement. The acquisition is being competed full and open with brand name or equal 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, Laboratory of Immunoregulation (LIR).
Place of Performance: NIH, 10 Center Drive, Bethesda, MD 20814
FOB: Destination
Brand name or equal requirements:
Manufactured by: Becton Dickinson and Company
Qty 1 of catalog#660933 00382906609335 - BD FACSCelesta Special Order System to include the following:
4 Laser SORP Celesta (Blue laser/Red laser/Violet/Yellow-Green laser configuration) providing a solid-state lasers (all 100mw) in a Coherent CellX Laser engine with the ability to detect 2 colors from the blue laser (plus side scatter), 3 colors from the red laser, 5 colors off the violet laser and 4-colors from the yellow-green laser. Must provide a maximum of 18 parameters and have Dichroic mirrors and bandpass filters configured to detect the following scatter parameter, fluorochromes or dyes: Blue Laser, FSC, SSC, FITC, PerCP Cy5.5, Red Laser, APC, Alexa 700, APC CY7, Violet Laser, BV421, BV510, BV605, BV650, BV711, BV7836, Yellow-Green Laser, PE, PE CF594, PE Cy5, PE Cy7.
HP Celesta Workstation with 23" monitor.
Trade in of FACSCanto II s/n V96100037.
Must be completely compatible with existing FACSuite software, on-site FACS lasers and optics within the lab.
Additional requirements:
Manufacturer's Warranty
Quotes must include the following:
Delivery charges
Installation
Warranty
Place of manufacture
Compatibility Statement to prove how it will work with the FACSuite software, platform and accessories already on site.
Trade in discount/credit
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 technical requirements, delivery time, warranty, and price and the best value to the government.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017)
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 52.204-7 System for Award Management (July 2013)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (July 2013)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 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 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 August 10th, 2018 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 Janna Weber @ [email protected]