0902-101 STACKER III
0902-311 Barcode Reader for STACKER III
1500-MAG-9001 Plate Magazine for 900 Stacker In place of the 50 plate magazine
0430-101 CLARIOstar
1100-430-110 Bottom Reading
1100-430-120 Absorbance-Spectrometer
1100-430-130 Luminescence
1100-430-141 Fluorescence Polarization Vis
1100-430-142 UV Fluorescence Polarization
1400-CLA-485520-Fluorescein Set Included with FP Mode
1100-430-150 High-Performance TRF/HTRF
1400-CLA-EXTR620665 HTRF Set Included with TRF Mode
1100-430-190 1536 Well Option
1300-530 Standard Incubation
1600-680-102 LVis Plate
1300-500 Manufacturer's Warranty
1300-501 Control and Evaluation Software
1300-502 Installation and Training
0601-101 SPECTROstar Nano
1300-501 Control and Evaluation Software
1300-502 Installation and Training
2000-201 Standard Freight Shipping & Handling
(vii) The product will be delivered FOB destination within 7 weeks after receipt of order.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.
(ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition.
(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: whether the offer conforms to the brand-name specification. Technical factors are paramount. Technical and past performance are significantly more important than cost or price.
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
(xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition.
Addendum to FAR clause 52.212-2, Contract Terms and Conditions - Commercial Items: paragraph 52.212-4(g), Invoice, is replaced with the NIH Invoice and Payment Provisions (2-2014), attached.
(xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, attached, applies to this acquisition.
(xiii) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and 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.
Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
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 July 27, 2018, at 4:00 p.m. Eastern time and reference solicitation NIHDA201800304. Responses must be submitted electronically to Stuart Kern, Contract Specialist, at [email protected].
Fax responses will not be accepted.
(xiv) For further information about this solicitation, contact Stuart Kern, Contract Specialist, 301-402-3334, [email protected].