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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and 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 2005-99, dated July, 2018.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 Analytical Laboratory Instrument Manufacturing and the small business size standard 1000 employees.
DESCRIPTION OF REQUIREMENT
Background
The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives.
The National Institutes on Aging (NIA) mission is to support and conduct genetic, biological, clinical, behavioral, social, and economic research on aging. Foster the development of research and clinician scientists in aging. Provide research resources. Disseminate information about aging and advances in research to the public, health care professionals, and the scientific community, among a variety of audiences.
Purpose and Objectives: The purpose of this acquisition is to procure a Bioruptor Pico, a self-contained, temperature controlled, sonicator used for shearing of DNA and RNA for downstream processing (chromatin immunoprecipitation and next-generation sequencing).
B01060010 Bioruptor Pico Complete set of Bioruptor Pico and Bioruptor Cooler (Tube holder not included) Qty. 1.00
B01200051 Holder for Bioruptor Pico Adaptors Qty. 1.00
B01200055 Adaptor for 1.5 ml tubes Bioruptor Pico holder Qty. 1.00
C30010016 1.5 ml Bioruptor® Microtubes with Caps Qty. 1.00
Shipping and Handling
Period of Performance - 10 days after receipt of order
Place of Performance
251 Bayview Blvd, Baltimore MD 21224
Attachment 1
FAR PART 52.212-5
Contract Type
The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT).
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
APPLICABLE CLAUSES AND PROVISIONS
The following FAR clauses and provisions shall apply to this solicitation:
1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (January 2017), applies to this acquisition.
3. FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition.
4. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.
5. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. Please see attached clause with fill-ins completed.
6. The provision at FAR clause 52.211-6, Brand name or equal applies to this requisition.
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. 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 and a price proposal.
Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product specified in this announcement 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.
Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet.
EVALUATION CRITERIA
Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order and any warranties. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable".
CLOSING INFORMATION
In addition the 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."
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 31, 2018 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-18-357. Responses may be submitted electronically to [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andrea McGee. Fax responses will be accepted at (301) 480-1358. For information regarding this solicitation, contact Andrea McGee by email at [email protected] or by phone at (301) 480-2449.