Title: Meso Scale Discovery Meso Sector S 600 Ultra Sensitive Multiplex Plate Reader
(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 75N95019Q00161 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.
THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Drug Abuse (NIDA), NIDA Office of Acquisitions - NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Meso Scale Discovery, 1601 Research Blvd, Rockville, MD 20850, for one Meso Sector S 600 Ultra Senstivie Multiplex Plate Reader.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-2 dated May 6, 2019.
(iv) The associated NAICS code is 33516 and the small business size standard is 1000 employees. No set-aside restriction applies to this acquisition.
(v) This acquisition consists of one Meso Scale Discovery Meso Sector S 600, catalog no. IC0AA-0, with shipping and handling.
(vi) Delivery shall be to:
The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850
Delivery shall bewithin 2-4 weeks after receipt of order, offeror to specify f.o.b. terms.
(vii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. An addendum is attached.
(viii) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price.
(ix) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers.
(x) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. An addendum is attached.
(xi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition, and is attached.
(xii) The quote shall include:
- Name of Company.
- Street Address, City, State, Zip code.
- Name of Person, telephone number, and e-mail address of person authorized to provide quote.
- DUNS number.
- Delivery Date After Receipt of Order.
- 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)).
- 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.
- Shipping costs and terms (f.o.b. and other terms as applicable).
- Payment discount terms.
- 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.
A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.
(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, June 3, 2019, and reference solicitation number 75N95019Q00161. Responses must be submitted by email to Stuart Kern, Contract Specialist, [email protected], 301-402-3334.