Federal Bid

Last Updated on 04 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Luminex LX-200 Xponent 4.2 and startup material

Solicitation ID RFQ-RML-E-1857951
Posted Date 11 Jul 2017 at 5 PM
Archive Date 04 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Center Kentucky United states
This notice is a combined synopsis/solicitation for commercial items prepared 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 being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-E-1857951

This acquisition is a Request for Quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC is 2005-95 1/2017
The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000. This is not a total small business set aside.

The National Institute of Allergy and Infectious Diseases (NIAID) National Institutes of Health (NIH) is seeking to purchase:

Catalog#APX10031
LX-200 to include (Luminex 200 with xPonent 4.2 software (3 seats), sheath delivery system, x-y platform for 96 well plates, sample probe needle, 1 L sheath bottle and 1.2 L waste bottle, sample probe height adjustment kit, automated maintenance plate, heater block, qty 1 of reagent LX200-CAL-K25, qty 1 of reagent LX200-CON-K25; qty 2 of reagent#EPX160-12175-901 Th9/Th17/Th22/Treg & Chemokine 16-Plex Human ProcartaPlexTM Panel 1, xMAP sheath fluid 20L, desktop PC with Win 7 64-bit; 17" LCD monitor, keyboard and mouse.)

On-site installation and training. All shipping charges must be included on the quote.

Quote must include any shipping charges and ETA.
FOB point shall be destination; Bethesda MD 20814
NIH
10 Center Drive
Bethesda, MD 20814

Award will be based on the capability of the item offered to meet the above stated salient characteristics, past performance, delivery, warranty, price and the best value to the government.

PROVISIONS AND CLAUSES
The government intends to award a single firm, fixed price purchase order as a result of this solicitation that will include the terms and conditions set forth herein.

The following FAR and HHSAR provisions and clauses apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2015)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Mar 2016)
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
FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
52.232-40 Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
The following 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.
HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (Jan 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, 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 email or fax.

All responsible sources may submit a quotation which shall be considered by the agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to
Janna Weber; (E-Mail/ [email protected]).

Bid Protests Not Available

Similar Past Bids

Frederick Maryland 25 Aug 2016 at 4 PM
Location Unknown 09 Aug 2012 at 2 AM
Dayton Ohio 03 Sep 2015 at 8 PM
Center Kentucky 26 Mar 2015 at 2 PM
Bethesda Maryland 22 Aug 2019 at 4 PM