Title: Lumipulse G1200 automated immunoassay instrument
Solicitation Number: RFQ1923062
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 RFQ1912364 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) 2005-99_7-16-18 as of 8-09-18
The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open with brand name or equal restriction.
The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID).
Place of Performance: NIH, 50 South Drive, Bethesda, MD 20892, United States. FOB: Destination
Quantity of One: Lumipulse Automated Immunoassay Instrument, Manufacture number: G1200
Minimum Requirements:
Assay Method: CLEIA (Chemiluminescent Enzyme Immunoassay)
Data Access Type: Random Access
Number of different assays simultaneously: (Max.) 24 assays/ sample
Throughput: 120 tests/ hour
Reaction Time: 25 minutes (Report completion time: 35 minutes)
Sample Capacity: Max. 100 samples (possible to add or replace) and Stat sample
Reagent Capacity: 504 tests onboard (14 cartridges x 36 cassettes)
Sample Testing Method: Rack method (5 tubes rack)
Sampling Method: Disposable tip method with function to detect liquid level and clog
Sample Volume: 10-140 UL/ test
Sample Dilution Function: Auto Dilution (10, 100, 200, 1000 times)
Type of Optical Measurement: Photon Counting (Direct light measurement of Immunoreaction Cartridge)
Input Method: Touch Panel, Keyboard and Barcode
Output Method: LCD and Printer Print (Option)
Online Input & Output: RS232C
Calibration Type: Master calibration and Full calibration
Power Supply: Voltage: 100-240 VAC, Single phase 50 / 60Hz, Voltage fluctuation: 10%
Power Consumption: 1.7 kVA (Max.); Analyzer
Dimensions: No larger than W 1200 x D 800 x H 1330 mm
Quotes must include the Following:
Delivery charges and ETA.
Warranty
Place of Manufacture
If quoting for equal equipment, there must be supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all the same requirements and perform the same functions. Quote must indicate how the instrument meets the above specifications.
The government intends to 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; capability to meet the requirements, delivery time, warrant, and price and the best value to the government.
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017)
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 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)
FAR 52.204-7 System for Award Management (July 2013)
FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements.
The following FAR contract clauses apply to this acquisition:
FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017)
FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)
FAR 52.204-13 System for Award Management Maintenance (July 2013)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 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 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 https://www.acquisition.gov/browsefar
& https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax.
Submission shall be received not later than Monday August 20, 2018 at 10:00 a.m. Eastern time.
Offers may be mailed, e-mailed to [email protected]
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 Jesse Weidow @ [email protected]