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 06/15/2016.
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), is seeking to purchase the following parts to a TI-E Inverted Microscope System, only this brand and model will fill the requirement:
POWER CORD (LEAD FREE UL LISTED). (TI-E INVERTED MICROSCOPE parts and motorized stage components)catalog#79035
Qty4
USB 2.0 A-B DEVICE CABLE 15' (TI-E INVERTED MICROSCOPE parts)catalog#97050
Qty1
CFI 10X EYEPIECE F.N. 22MM-NC (TI-E INVERTED MICROSCOPE parts) catalog#MAK10110
Qty2
LIDA LIGHT ENGINE, RGB CHANLS (TI-E INVERTED MICROSCOPE parts)catalog#77060081
Qty1
4 CHANL BREAK OUT CABLE F/LIDA (TI-E INVERTED MICROSCOPE parts)catalog#77060082
Qty1
LE CNTRLR POD F/SPECTX/SOLA SE/MIRA/LIDA (TI-E INVERTED MICROSCOPE parts) catalog#77060083 Qty1
4 SLIDE HOLDER F/H107 STG (Motorized Stage components)catalog#77011013
Qty1
SLIDE HOLDER, 1X3 INCH SLIDE F/H117 STG (Motorized Stage components)catalog#77011446
Qty1
INSERT ADPTR F/ PRIOR INSERTS, HLD117NN (Motorized Stage components)catalog#77011565
Qty1
cMOS monochrome camera-ORCA-FLASH 4.0 LTS SCMOS; USB 3.0, 30FPS catalog#77054092
Qty1
C-DA C-MOUNT/ISO CAMERA ADAPTER 1X (cMOS monochrome camera part)catalog#MQD42005
Qty1
SOLA SE II 365 LIGHT ENGINE W/CNTRL POD (Fluorescence Module component)catalog#77060086
Qty1
LUMENCOR LIQUID LIGHT GUIDE; 3MM, 2M VIS (Fluorescence Module component)catalog#77060021
Qty1
C-HGFIB HG 100W ADAPTER R-NC (Fluorescence Module component)catalog#MBF72315
Qty1
24" LED IPS MONITOR, Z24N Catalog#77019700
Qty1
64BIT Z440 64GB/256GB SS DR/4TB DR WIN7 workstation catalog#77019698
Qty1
Quotes must include shipping and warranty.
FOB Point shall be Destination; Bethesda, MD 20814.
Place of Performance:
NIH/NIAID
Bldg 10
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 8/30/2016 2:00 PM 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]).