This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-92_11-18-16 as of (12-02-16).
The associated North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1000 employees.
This is not a total small business set aside.
The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase Rainin brand pipette tips. This is a brand name request for quotes.
All interested companies shall provide quotation(s) for the following:
1 Pipette Tips, Rainin, GPS-L250 17005093 20 each
2 Pipette Tips, Rainin, RT-L10F 17002928 80 each
3 Pipette Tips, Rainin, RT-L200F 17002927 60 each
4 Pipette Tips, Rainin, RT-L300F 17002933 60 each
5 Pipette Tips, Rainin, RT-L1000F 17002920 60 each
6 Pipette Tips, Rainin, RT-1000F 17002897 20 each
7 Pipette Tips, Rainin, RT-200F 17002912 20 each
Submission Deadline and Point of Contact: Submission shall be received not later than July 21st, 2016 1:00 p.m. MST. Offers may be e-mailed to Peggy Schott at [email protected].
Place of Performance:
Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840, United States
Award will be based on the price, past performance, delivery, warranty, and the best value to the government. Only quotes for the above listed brand name items will be considered.
PROVISIONS AND CLAUSES
The government intends to award a firm, fixed price purchase order as a result of this solicitation that will included the terms and conditions set forth herein.
The following additional FAR & HHSAR provisions and clauses are incorporated by reference and applicable to this requirement:
The following FAR provisions apply to this acquisition:
FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2016)
FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2016)
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
FAR 52.203-98 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
The following contract clauses apply to this acquisition:
FAR 52.203-99 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02)
FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015)
FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Nov 2016)
FAR 52.232-1 Payments (Apr 1984)
Availability of Funds clause: FAR 52.232-19 Availability of Funds for the Next Fiscal Year. (Apr 1984)
Funds are not presently available for performance under this contract beyond the current continuing resolution or official budget, whichever is later. The Government's obligation for performance of this contract beyond that date is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise for performance under this contract beyond the current continuing resolution or official budget, whichever is later, until funds are made available to the Contracting Officer for performance and until the Contractor receives notice of availability, to be confirmed in writing by the Contracting Officer.
The following HSSAR clause applies to this acquisition:
352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations.
(Dec 2015)
*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.
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 or, upon request, either by telephone or fax.
This is a brand name, open-market combined synopsis/solicitation for Rainin brand pipette tips as defined herein. The government intends to award a fixed-price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than December 16, 2016 by 1:00 p.m. MST.
Offers may be mailed, e-mailed or faxed to Peggy Schott at [email protected] or Fax to 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 Peggy Schott at [email protected].