NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees.
SET-ASIDE STATUS
This acquisition is NOT set-aside for small businesses and is an unrestricted, full and open competition
ACQUISITION AUTHORITY
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 in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. This acquisition is NOT expected to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84, dated September 3, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date.
DESCRIPTION OF REQUIREMENT
Purpose
The National Institute on Drug Abuse (NIDA) Intramural Research Program (IRP) Chemistry and Drug Metabolism Section (CDM) requires high pressure liquid chromatography instrument (HPLC) replacement parts and a diode array detector (DAD).
Brand Name or Equal Product Requirements
The Government also requires consumable replacement parts for maintaining our Shimadzu UFLC XR liquid chromatograph system. These parts should be compatible with the Shimadzu UFLC XR system. The following parts are being solicited:
1. SUS Filter element (part# 228-45707-91, x12)
2. SUS pipe (part# 228-48826-92, x3)
3. Plunger seal (part # 228-35145-00, x4)
4. Plunger (part# 228-35010-91, x4)
5. LPV rotor (part# 228-36923-00, x7)
6. LPV stator (part# 228-36917-01, x7)
7. HPV rotor (part# 228-48854-00, x7)
8. Coated needle (part# 228-41024-93, x3)
9. PEEK needle seal (part# 228-50452-93, x3)
10. Diaphragm (part# 228-32784-91, x18)
11. Line filter (part# 228-35871-96, x16)
12. Check valve, IN (part# 228-48249-91, x36)
13. Check valve, OUT (part# 228-45705-91, x36)
14. Seal, PE (part# 228-32628-91, x36)
15. Plunger assembly (part# 228-35601-93, x36)
16. Plunger holder (part# 228-35602-91, x36)
17. Plunger seal (part# 228-35146-00, x8)
18. Degassing chamber (part# 228-44485-00, x2)
The Contractor shall provide installation and training of all equipment. In addition, the Government requires a one (1) year warranty for maintenance and support.
Delivery
Delivery shall be approximately 45 days after receipt of order.
Contract Type
The Government intends to issue a firm fixed price purchase order for this requirement.
APPLICABLE CLAUSES AND PROVISIONS
All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
The provision at FAR clause 52.213-4, Terms and Conditions - Simplified Acquisitions, applies to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
EVALUATION CRITERIA
The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following:
1. Factor 1: Understanding of the technical requirements and technical approach
The Offeror shall demonstrate an in depth knowledge and experience about the laws, regulations and policies that govern administrative operations in the research arena of the intramural within NIH community.
2. Factor 2: Delivery
The Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met.
RESPONSE FORMAT
Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quotation must include the requirements listed above as well as associated pricing.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
CLOSING STATEMENT
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-794. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at [email protected].