This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items.
The solicitation number is NIMH-CSS-20-003446 and the solicitation is issued as a request for quotation (RFQ).
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code NAICS code 334516 - Analytical Laboratory Instrument with a Size Standard of 1,000 employees.
SET-ASIDE STATUS
This acquisition is unrestricted and available for 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 and FAR Part 12—Acquisition of Commercial Items and IS NOT to exceed the simplified acquisition threshold.
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07, dated July 2, 2020. The resultant contract will include all applicable provisions and clauses in effect through this date.
DESCRIPTION OF REQUIREMENT
Background
The National Institute of Mental Health (NIMH), Veterinary Medicine and Resources Branch (VMRB) provides a comprehensive program of animal care and use within the NIMH intramural research program. The VMRB has successfully provided support to veterinary medical, husbandry and research support to over thirty-two (32) principal investigators in the NIMH IRP with over eighty-six (86) active animal study protocols. In addition, the Branch has provided training and support to over three hundred (300) animal users within the Institute. The VMRB has received space within the building 49 CAF for two surgical suites. The purpose of this requirement is to acquire the equipment to support the NIMH marmoset programs and satisfy the research objectives.
Purpose
The National Institute of Mental Health (NIMH), Veterinary Medicine and Resources Branch (VMRB) seeks to purchase two (2) OPMI PICO surgical microscopes, and related accessories to supply the marmoset research programs within the NIMH with new equipment to perform surgical procedures that are part of research objectives.
Purchase Description
Surgical Microscope w/accessories:
1. OPMI PICO Basic ENT surgical microscope (000000-2149—629-01PPENT)
a. COUPLING 120° (000000-2149-629-10COU120)
b. OBJECTIVE LENS F=250 (000000-2149-629-90CO250D)
c. 180° TILTABLE TUBE (000000-2149-629-90T180)
d. EYEPIECE 12.5X,2PC (000000-2149-629-90EP125)
e. HANDGRIP T (000000-2149—629-10HANDT)
f. ILLUMINATION HALOGEN (000000-2149-629-10LSHA)
g. WALL MOUNT (000000-2140-629-10WM)
h. PVI HD VIDEO LIVE AND RECORDING (000000-2149-629-40HDREC)
i. ASSEMBLY PLATE FOR S10(WALL MOUNT (000000-1277-816)
Salient Characteristics
1. MANUAL MAGNIFICATION CHANGE, 1:6 RATIO IN 5 STEPS.
2. Objective lenses: Different focal lengths from F+200mm to F+400mm (graded in steps of 50mm) Fine focus objective lenses: 250mm.
3. Main Binocular tube: 0-180 degree tiltable tube F+200 mm
4. 100 W Halogen illumination
5. Eyepiece 12.5X
6. Handgrip T
7. Wall mount with assembly plates.
8. PVI HD Video live and recording
Quantity
Two
Delivery Requirements/Period of Performance
12 weeks ARO
Place of Performance
Bldg. 49, Center Drive Street
Bethesda, Maryland
Contract Type
The Government intends to issue a firm fixed price purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT).
Response Format
Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
The item(s) in this request for quotation is identified as the manufacturer’s brand name. The brand name purchase description reflects the characteristics and level of quality that will satisfy the Government’s needs. The salient physical, functional, or performance characteristics that “equal” product must meet are specified in the scope of work or purchase description. Respondents proposing an equal product of the brand-name product specified in this announcement [WV([1] must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
In addition, the quote must provide their company name, Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management
(SAM) www.sam.gov.”
Evaluation Strategy
The Government will award a contract or purchase order resulting from this requirement on the basis of best value, technical factors, and price considered. The government intends to evaluate quotations based on technical evaluation factors in order to be determined as technically acceptable, the offeror must clearly demonstrate the technical proposal that meets or exceeds the salient characteristics of the project requirement.
IMPORTANT NOTE TO OFFERORS:
PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH ELEMENT OF THE REQUIREMENT.
SUBMISSIONS MUST INCLUDE BOTH A TECNHICAL PROPOSAL AND A SEPARATE PRICE QUOTATION/COST PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL PROPOSAL AND A SEPARATE COST PROPOSAL/PRICE QUOTATION SHALL NOT BE CONSIDERED.
APPLICABLE CLAUSES AND PROVISIONS
The following FAR clauses and provisions shall apply to this solicitation.
All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov
FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019)
FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Dec 2019)
FAR 52.212-1 Instructions to Offerors - Commercial Items (Oct 2018)
FAR 52.212-2 Evaluation - Commercial Items (Oct 2014)
FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Jun 2020)
FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018)
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Jul 2020)
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
CLOSING INFORMATION
All responses must be received by the closing date of this announcement and must reference
solicitation number NIMH-CSS-20-003446. Responses shall be submitted electronically via email to [email protected] and [email protected].