Federal Bid

Last Updated on 30 Aug 2016 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

SOMAscan HTS Assay Kit

Solicitation ID NOI-RML-E-1805792
Posted Date 01 Aug 2016 at 8 PM
Archive Date 30 Aug 2016 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 Notice of Intent. The Government intends to negotiate on a sole source basis with Somalogic Inc. for the procurement of a SOMAscan HTS Assay Kit. 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-1805792.

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) 2005-88-1 05/16/2016.
The associated North American Industry Classification System (NAICS) code for this procurement is 325414 with a small business size standard of 1250. This requirement is not set aside for small business.

The National Institute of Allergy and Infectious Diseases (NIAID), is seeking to purchase:
Qty 1 SOMAscan HTS Assay Kit 1.3k Human Serum. The required assay kit must be 100% compatible with the SOMAscan platform already in use within the lab.

FOB Point shall be Destination; Bethesda, MD 20814.

Place of Performance:
10 Center Drive.
Bethesda, MD 20814
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.

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 (May 2015)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (June 2016)
*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 telephone or fax.

Submission shall be received not later than 8/10/2016 9:00 AM Mountain Time.

Offers may be mailed, e-mailed or faxed to Janna Weber; (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, proposal, or quotation which shall be considered by the agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to ([email protected]).

Bid Protests Not Available

Similar Past Bids

Pike New hampshire 11 Sep 2017 at 10 PM
Location Unknown 14 Dec 2016 at 5 PM
Location Unknown 16 Mar 2017 at 8 PM
Center Kentucky 15 Aug 2018 at 3 AM