Federal Bid

Last Updated on 28 May 2019 at 1 PM
Combined Synopsis/Solicitation
Rockville Maryland

Automated magnetic bead-based purification system (Thermo Fisher Kingfisher Flex 96W or brand-equal)

Solicitation ID 75N95019Q00145
Posted Date 28 May 2019 at 1 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Rockville Maryland United states 20850
COMBINED SYNOPSIS / SOLICITATION
COMPETITIVE

Title: Automated magnetic bead-based purification system (Thermo Fisher Kingfisher Flex 96W or brand-equal)

(i) 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.

(ii) The solicitation number is 75N95019Q00145 and the solicitation is issued as a request for quotation (RFQ).

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 expected to exceed the simplified acquisition threshold.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-02 dated 5/6/2019.

(iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees. This requirement is set aside 100% for Service Disabled Veteran Owned Small Business (SDVOSB).

(v) This acquisition is for one automated magnetic bead-based purification system compatible with 24- and 96-deep well plates (Thermo Fisher Kingfisher Flex 96W equipped with 24- and 96-deep well interchangeable heads, or brand-equal), with an initial stock of consumables (up to 50 each deep well plates and tip combs).

(vi) The salient physical, functional, or performance characteristics that an "equal" item must meet include:

  Microtiter plate-based magnetic particle handling
  Compatible with 24- and 96-well plate formats
  Volume range of 20 ul up to 5 mL
  Compatible with isolation and purification of antibodies as well as DNA, RNA, and other protein samples.
  Able to be integrated with liquid handling, robotic, and plate-shaking instruments for fully-automated workflow

(vii) Delivery to be within 16 weeks after receipt of order to:

The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850

Vendor to specify f.o.b. terms.

(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition and is included in this solicitation.

Submission of offers may be on the offeror's standard form, and should include:
  1. Name of company
  2. Street address, city, state, zip code
  3. Name, telephone number, and email address of the person authorized to provide the quote
  4. DUNS number
  5. Delivery time after receipt of order, or period of performance
  6. Contract number (and title) if quoting based on a contract vehicle other than open market (such as GSA Federal Supply Schedules; other Government agency (OGA) contracts, Government-wide Acquisition Contracts (GWACs); or National Institute of Health (NIH) Blanket Purchase Agreements (BPA)).
  7. Technical description of the product or service offered, in sufficient detail to evaluate compliance with the requirements of the Product Description above. Provide product or catalog number(s); product or service description, list price, unit price, unit discounts, total price, any shipping and handling costs, country of origin, etc.
  8. Shipping and delivery costs and terms (f.o.b. and other tems as applicable).
  9. Payment discount terms.
  10. 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

Offers of an equal product of the brand-name product specified in this announcement must be submitted in accordance with FAR 52.211-6 Brand Name or Equal:

 

BRAND NAME OR EQUAL (AUG 1999)
(a) If an item in this solicitation is identified as "brand name or equal," the 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" products must meet are specified in the solicitation.
(b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must-
  (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation;
  (2) Clearly identify the item by-
     (i) Brand name, if any; and
     (ii) Make or model number;
  (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and
  (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications.
(c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer.
(d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation.
(End of provision)

 


(ix) Offers will be evaluated for technical criteria, price, and past performance using a comparative approach in accordance with FAR 13.106-2. A contract will be awarded to the offer that is determined to be most advantageous to the Government. Technical criteria consist of the salient characteristics identified above.

(x) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.

(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition and is included in this solicitation.

(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following clauses apply.
     (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note).
     (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
     (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
     (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (Nov 2011) (15 U.S.C. 657f).
     (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
     (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
     (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
     (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
     (28) (i) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
     (30) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
     (33) (i) 52.222-50, Combating Trafficking in Persons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).
     (42) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
     (46) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
     (49) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

(xiii) 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 responses must be received by 11:00 a.m. Eastern time on June 7, 2019, and reference number 75N95019P00145. Responses must be submitted by e-mail to Stuart Kern, Contract Specialist, [email protected], 301-402-3334.

 

Bid Protests Not Available

Similar Past Bids

Corona California 16 May 2016 at 11 PM
Nebraska 15 Jul 2015 at 6 PM
Tallahassee Florida 18 May 2020 at 4 AM
Location Unknown 22 Jul 2019 at 8 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Baltimore Maryland 11 Jul 2025 at 4 PM
San antonio Texas 31 Aug 2025 at 8 PM
Indian head Maryland 18 Jul 2025 at 2 PM