Federal Bid

Last Updated on 14 Jan 2019 at 2 PM
Combined Synopsis/Solicitation
Bethesda Maryland

Purchase one PHERAstar FSX multimodal microplate reader with accessories

Solicitation ID 75N95019Q00067
Posted Date 14 Jan 2019 at 2 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute On Drug Abuse
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20850
NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


Title: Purchase one PHERAstar FSX multimodal microplate reader with accessories

(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 75N95019Q00067 and the solicitation is issued as a request for quotation.

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; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is 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) Office of Acquisitions, NCATS Section, on behalf of the National Center for Advancing Translational Sciences, intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to BMG Labtech, 13000 Weston Parkway, Suite 109, Cary, NC 27513, for one PHERAstart FSX multimodal microplate reader with accessories.

This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items, and FAR section 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements.

Pursuant to FAR Subpart 13.501(a)(1)(iv), the justification for the brand name restriction is attached to this solicitation.

(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-101 dated 10/26/2018.

(iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees.

(v) The Stem Cell Translation Laboratory (SCTL) at NCATS seeks to purchase one BMG PHERAstar FSX multimodal plate reader for integration into the fully automated robotic platforms already housed at NCATS.

(vi) PHERAstar FSX multimodal plate readers are commercially available items that are customized with options to fit the specific laboratory needs. This specific unit will include features and options as listed below:

0472-101A PHERAstar FSX Basic
0902-101 STACKER III
1100-472-401 Absorbance FS Spectrometer
1100-472-501 High-End TRF/HTRF
1100-472-502 TR-FRET Laser
1100-472-601 HTS AlphaScreen Laser
1300-500 Manufacturer's Warranty
1300-501 Control and Evaluation Software
1300-502 Installation and Training
1300-530 Standard Incubation
1300-540 Barcode Readers
1300-560 Multi-PMT Measurement System
1300-570 Simultaneous Dual Emission
1400-G2M-FI-485-520 Optic Module
1400-G3M-AS-680-570 Optic Module
1400-G3M-AS-680-615 Optic Module
1400-G3M-FI-410-460-530 Optic Module
1400-G4M-TRF-337-665-620 Optic Module
1500-MAG-9001 Plate Magazine for 900 Stacker in place of one with 50 plate
magazine
2000-201 Standard Freight Shipping & Handling

(vii) The products 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.

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

(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 supplemented 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, 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 Friday, January 25, at 1:00 p.m. Eastern time and reference solicitation 75N95019Q00067. 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].

 

Bid Protests Not Available