Federal Bid

Last Updated on 20 Nov 2023 at 10 PM
Combined Synopsis/Solicitation
Gaithersburg Maryland

Beckman Coulter Optima XE-90 Ultracentrifuge and associated components

Solicitation ID RFQ-NIAID-24-2198166
Posted Date 20 Nov 2023 at 10 PM
Archive Date 13 Dec 2023 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institutes Of Health Niaid
Agency Department Of Health And Human Services
Location Gaithersburg Maryland United states 20878

Document Type:  Combined Synopsis/Solicitation

Solicitation Number: RFQ-NIAID-24-2198166

Posted Date: 11/20/2023

Response Date: 11/28/2023

Set Aside: none

NAICS Code:  334516

Classification Code:  6640

Contracting Office Address:

Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, Rocky Mountain Labs, Hamilton, MT

Title: Beckman Coulter Optima XE-90 Ultracentrifuge and associated components

Primary Point of Contact: 

 Dana Monroe; [email protected]

Description:

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-24-2198166 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-06 November 6, 2023.

The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a size standard of 1000 employees. The requirement is being competed with a brand name restriction, and without a small business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Supplies:

  • Optima XE - 90 Ultracentrifuge, Item # A94471; QTY 1 EA
  • Optima XE-90 Installation Service Including Basic Operator Training, item # C58391; QTY 1 EA
  • Vti-50.1 ROTOR PACKAGE 12 x 39 mL, 1 50,000 rpm, 251,000 x g, item # C78759; QTY 1 EA
  • Type 45Ti Fixed-angle rotor, Titanium, 6 x 94 mL, 45,000 rpm, 235,000 x g, item # 339160; QTY 1 EA
  • 70mL, Polycarbonate, Bottle and Aluminum Cap Assembly (pack of 6), item # 355622; QTY 1 EA
  • 94mL, 38mm X 102mm, Quick-Seal, Polypropylene (pack of 25), item # 345776; QTY 1 EA
  • Quick-Seal~R tube spacer 1 1/2 (each), item # 342697; QTY 6 EA
  • Quick-Seal tube kit for VTi50. Item # 360975; QTY 1 EA
  • TUBE RACK, 12-PLACE 1-1/2 TUBE, item # 348125; QTY 1 EA
  • FUNNEL, item # 342415; QTY 1 EA
  • Cordless Tube Topper Sealer Tube Topper Sealing Kit, item # 358312, QTY 1 EA

Place of Performance: NIH, 9 West Watkins Mill Road, Suite 150, Gaithersburg, MD  20878, United States.  FOB: Destination

  • Please include any shipping or delivery fees on a separate line item, if applicable.
  • See document attached, Bill of Materials and Brand Justification, for more information.
  • Please include the UEI # associated with your active SAM.gov registration on your quote submission.

The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein.  The award will be based on the following: technical capability to meet the requirements and price.

The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)

FAR 52.204-7 System for Award Management (OCT 2018)

(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 (Please ensure FAR 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record)

FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017)

FAR 52.204–26 Covered Telecommunications Equipment or Services-Representation

(OCT 2020) *** Must complete representation unless your active SAM.gov registration shows evidence of this requirement is met for 52.204-26

The following FAR contract clauses apply to this acquisition:

FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2023)

FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (NOV 2023)

*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (MAR 2023)

FAR 52.204-13 System for Award Management Maintenance (OCT 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021)

HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015)

52.252-2 -- Clauses Incorporated by Reference. (FEB 1998)

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:  http://farsite.hill.af.mil/vffara.htm

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 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://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.

Submission shall be received not later than November 28, 2023 at 5:00pm EST

Offers may be e-mailed to Dana Monroe at [email protected]. Offers shall include RFQ number in the subject line (RFQ-NIAID-24-2198166). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)

All responsible sources may submit an offer that will be considered by this Agency. 

Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Dana Monroe at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 29 May 2014 at 7 PM
Location Unknown 09 Aug 2013 at 10 PM
New york New york 25 Sep 2013 at 12 PM

Similar Opportunities