This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is 75N94019Q00028 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-99. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 1000 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) intend to contract on a sole source basis with Columbus Instruments International Corporation, 950 North Hague Avenue, Columbus, OH 43204-2121, for the Indirect Calorimetry System.
Details:
1 CLAMS-HC-CIS-12 CLAMS-HC Interface & Software for 12 Stations
1 CLAMS-HC-C(hs)-12 CLAMS-HC High Speed Oxymax Calorimeter for 12 Stations
1 CLAMS-HC-A(xy)-12M CLAMS-HC Activity For XY Axes in 12 Mice
2 CLAMS-HC-FM-12 CLAMS-HC Feeding Mass Monitoring for 12 Stations
1 CLAMS-HC-RF-12 CLAMS-HC Respiration Frequency Monitoring for 12 Stations
1 CLAMS-HC-TR-12 CLAMS-HC Telemetry Receiver and Antennas for 12 Stations
1 CLAMS-HC-ERM-12M CLAMS-HC Ergometric Running Wheel for 12 Mice
1 CLAMS-HC-1284-12M CLAMS-HC TP 1284 Home Cage & 6 Port Lid for 12 Mice
Includes humidity and temperature sensing lids
1 CLAMS-HC-ENCD-12 CLAMS-HC ENC Drawers for 12 Stations
1 CLAMS-HC-ENC52 Temperature and Light Controlled Enclosure
Enclosure Dims: 52" x 31" x 78.5" (86.5" with compressor installed)
Instrumentation cart: 50" x 24" x 39"
The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The Government will make award based on Best Value.
Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract:
1. Name of Contracting Organization
2. Contract Number (for subcontracts provide the prime contract number and the subcontract number)
3. Contract Type
4. Total Contract Value
5. Description of Requirement
6. Contracting Officer's Name and Telephone Number
7. Program Manager's Name and Telephone Number
The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders -
Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far.
Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below email address. Quotations will be due 11:00AM EST April 30, 2019. Offerors shall send the quotation/proposal to Verne Griffin at
[email protected] . The quotation must reference Solicitation number RFQ-75N94019Q00028. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: certification to provide OEM service and parts, unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All questions must be sent via email to
[email protected] and must include solicitation#75N94019Q00028 in the subject line of email.
Faxed copies/responses will not be accepted. Note: Inorder to receive an award, contractor must be registered and have valid certification for all awards inthe SAM database @www.sam.gov.
Bid Protests Not Available