Federal Bid

Last Updated on 15 Sep 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Molecular Devices' Versamax and Aquamax

Solicitation ID RFQ-RML-D-1865822
Posted Date 17 Aug 2017 at 10 PM
Archive Date 15 Sep 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location United states
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-RML-D-1865822 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) 2005-93 January 2017.

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 with a limited source justification, without a small-business set-aside.

The National Institute of Allergy and Infectious Diseases (NIAID) LABORATORY OF MALARIA & VECTOR RESEARCH (LMVR) is seeking to procure Molecular Devices' VersaMax Tunable Microplate Reader System and Aquamax Microplate Washer. The Microplate Reader and Washer are used for the research of LMVR.

Place of Performance: NIH, 12735 Twinbrook Parkway, Rockville, MD 20852, United States. FOB: Destination

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; price, capability to meet the requirements, delivery and the best value to the government.


The following FAR provisions apply to this acquisition:

FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)

FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Jan 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. (Nov 2015) is updated in your SAM record)

FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)


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 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Feb 2015)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)

FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec 2014)

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

To facilitate the award process all quotes must include a statement regarding the terms and conditions herein as follows:

"The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition."
OR
"The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:"
(Quoter shall list exception(s) and rationale for the exception(s).)

Submission shall be received not later than 08/31/2017.

Offers may be mailed, e-mailed or faxed to Skye Duffner, (E-Mail/ [email protected]) (fax 406-363-9288). 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 Skye Duffner at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Aug 2016 at 9 PM
Taylor Pennsylvania 20 Jul 2021 at 4 AM
Location Unknown 22 May 2014 at 4 PM

Similar Opportunities