Federal Bid

Last Updated on 16 Sep 2021 at 6 PM
Combined Synopsis/Solicitation
Beltsville Maryland

Qiagen Qiacube DNA Robots

Solicitation ID DJA-21-ALAB-PR-0564
Posted Date 16 Sep 2021 at 6 PM
Archive Date 05 Oct 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Atf
Agency Department Of Justice
Location Beltsville Maryland United states 20705

The Bureau of Alcohol, Tobacco, Firearms & Explosives (ATF) requires Brand Name - Qiagen Qiacube the attached Brand Name Justification (BNJ). 

This requirement is set-aside for Small Businesses under the North American Industry Classification System code 334516 and 333314

Firms shall submit Quotes via email to the Contracting Specialist (CS)/Primary Point of Contact (PPOC) listed in this Notice, Cheryl Hickman, by 12:00 pm Eastern Standard Time (EST) Monday, September 20, 2021, to be considered and addressed.

LINE ITEMS:

0001 – Six (6) new Qiagen Qiacube Connect robots

0002 – One (1) Qiacube O-ring tool

0003 – One (1) preventative maintenance (PM) visit

 

QUOTATION INSTRUCTIONS:

The vendor shall submit a complete response to this RFQ via email to the CO/PPOC and ensure its price is detailed and includes all-applicable discounts.

Submissions shall not exceed ten (10) pages (excluding title page) and shall be 8 ½” x 11” with:  font style Arial, or Times New Roman; font color Black; and font size 10 to 12. Illustrations (e.g., graphic figures, graphs, and tables) shall be in portrait format with font colors black or blue allowed and font sizes 8-12 acceptable, provided the information is legible via the computer. Headers, footers and title/cover pages may be outside the page margins and are not bound by the font, color and point-size requirements.  NOTE:  Information not contained within these limitations will not be evaluated after page 10 (excluding title page).

EVALUATION CRITERIA:

ATF will award to the responsible vendor whose ‘BRAND NAME – Qiagen Qiacube’ and OPEN-MARKET pricing quote is the lowest-price, technically acceptable (LPTA), as that firm will meet or exceed the stated criteria and be the most advantageous/best value to the Government, based on price and technical factors.  ATF will use available sources to access past performance information.

TERMS AND CONDITIONS:

To be considered for award, the Seller must be either the manufacturer or a manufacturer/Federally-authorized distributor of the equipment/services it's offering, with a demonstrated capability of delivering the entire order within the timeframes specified by the Buyer within this RFQ and on the award.  As such, ATF may require the Seller to provide documentation as proof of authorization prior to Award.

Items, if applicable, must be NEW and covered by the manufacturer's warranty.

Shipping must be Free-On-Board (FOB) Destination Continental United States (CONUS), meaning the Seller delivers the goods on its conveyance at destination and is responsible for the cost of shipping and risk of loss.

NO PARTIAL SHIPMENTS are permitted unless specifically authorized at the time of award.

The selected vendor must also comply with the following Federal Acquisition Regulation (FAR), commercial provisions and clauses, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items; FAR 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a); the following clauses in paragraph (b): 52.203-17, 52.204-13, 52.209-7, 52.209-9, 52.222-1, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-5, & 52.225-13; the following clauses in paragraph (c): 52.222-41, 52.222-42, 52.222-55, & 52.222-62; and paragraphs (d) and (e).  Additionally, the selected vendor must also comply with FAR 52.203-17, 52.203-18, 52.203-19, 52.204-7, 52.204-13, 52.204-19, 52.204-24, 52.204-26, 52.209-5, 52.209-6, 52.209-7, 52.209-9, 52.209-11, 52.212-4, 52.217-8, 52.217-9, 52.229-3, 52.232-39, 52.232-40, 52-233-4, 52.237-3, 52.242-15, 52.243-1, 52.244-6 & 52.246-4.

 The full text of these clauses may be viewed via https://www.acquisition.gov/far/.

Similarly, the vendor must also comply with the Justice Acquisition Regulation (JAR) clause #2833.103, which can be viewed via  http://farsite.hill.af.mil/reghtml/regs/other/jar/2833.htm. The Awardee shall also conform to the attached provision and clauses of ATF: #s ATF-01, ATF-04, ATF-10, ATF-11, ATF-14, ATF-17, ATF-19, ATF-21, ATF-22, ATF-23, ATF 24, ATF-25, ATF-28, ATF-29, ATF-46, ATF-47, ATF-50, ATF-51, ATF-52, and ATF-53.

There are no additional contract requirement(s) or terms and condition (such as contact financing arrangements or warranty requirements) determined by the CO to be necessary for this acquisition and consistent with customary commercial practices.

Bid Protests Not Available

Similar Past Bids

Pennsylvania Not Specified
San diego California 25 Aug 2021 at 3 PM
San diego California 10 Aug 2021 at 9 PM
Norfolk Virginia 14 Sep 2010 at 8 PM