Title: HTS for FACS Canto II, a high-speed sample loading device for use with the BD FACS Flow Cytometer
Primary Point of Contact: Secondary Point of Contact
Jesse Weidow Barbara Horrell
Description:
This notice is a combined synopsis/solicitation Notice of Intent. The Government intends to negotiate on a sole source basis with Becton Dickson and Company for the procurement of a HTS for FACS Canto II upgrade to our BD FACS Flow Cytometer system as follows:
HTS for FACS Canto II BD CAT# 640009 - Must be OEM parts.
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; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-E-1803321.
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) 05-88, effective May 16th 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), has a need for a HTS for FACS Canto II upgrade. Must be OEM parts.
FOB Point shall be Destination; Bethesda, MD 20892.
Place of Performance:
NIH/NIAID Bldg. 50
50 south drive
Bethesda, MD 20892
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.
The following FAR provisions apply to this acquisition:
52.212-1 Instructions to Offerors Commercial Items (Oct 2015)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2015)
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
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 (Jan 2016)
52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015)
52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015)
52.232-40 - Providing Accelerated Payments to Small Business Subcontractors. (DEC 2013)
The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
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 08/09/2016 2:00 PM MST.
Offers may be mailed, e-mailed or faxed to Jesse Weidow; (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 that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to ([email protected]).