This requirement is unrestricted, full and open competition.
The Uniformed Services University of the Health Sciences (USUHS), located on the Naval Support Activity (NSA) in Bethesda, MD, intends to solicit offers to purchase a real-time analysis instrument to detect protein and small molecule quantitation and kinetics. The instrument will be used to study protein interactions and binding.
This is a combined synopsis/solicitation for a commercial item 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; offers are being requested and a written solicitation will not be issued. This document is available for download at this website, https://www.fbo.gov (Federal Business Opportunities (FedBizOpps)).
The solicitation number is HT9404-12-Q-0152, and it is being issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58, effective May 18, 2012.
Telegraphic or facsimile offers are acceptable. The offeror agrees to honor their prices and their quote will be valid until September 30, 2012. Quoted items must be new. Quotes for refurbished equipment will not be considered.
The following NAICS codes are applicable:
⢠334516, Analytical Laboratory Instrument Manufacturing
⢠423450, Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
The desired delivery date is 90 ARO.
Point of Delivery
Location: Uniformed Services University of the Health Sciences (USUHS)
4301 Jones Bridge Road
Bethesda, MD 20814-4799
Price: The contractor should provide pricing as set up below: Contract Line Number (CLIN), description, and unit of issue. Your offer is based on meeting the established minimum specifications.
CLIN 0001 Real-Time Analysis Instrument 1.00 EACH $_______________
CLIN 0002 Installation 1.00 JOB $_______________
CLIN 0003 Training 1.00 JOB $_______________
CLIN 0004 Delivery 1.00 EACH $______________
CLIN 1001 Option â Annual Service & 1.00 YEAR $______________
Maintenance
MINIMUM SPECIFICATIONS
This requirement is for the purchase, delivery and installation of the real-time analysis instrument. The specifications are as follows:
- Bench top
- Kinetic, affinity, and steady state analysis (Kobs, ka, kd, KD)
- Binding specificity and binding cooperatively
- Real-time binding of protein interactions, protein complexes, and inhibitor effects
- Sample types: proteins, antibodies, peptides, small molecules, serum, Dimethyl sulfoxide (DMSO), cell culture supernatants, and crude cell lysates
- Sample format: 96-well test plate and low test volume
- Sample volume: 180-220ul
- Compatible with Windows XP or Windows 7
Annual Service & Maintenance â The Government is requesting one year of maintenance once the warranty has expired. Contractor will provide remedial emergency repairs on an as needed basis to include preventive maintenance inspections. Contractor will provide all labor, parts, materials, tools, and transportation to repair the equipment. In addition, provide technical support, application support and operational assistance to Government on an as needed basis via phone and on-site assistance.
EVALUATION FACTOR(s)
The government will award a firm-fixed-price (FFP) contract resulting from this solicitation to the responsible offeror whose offer conforms to the combined synopsis/solicitation, and is most advantageous to the government, based on the following evaluation factors in order of importance:
1. Technical - Offerors must provide product literature which demonstrates the capabilities of the quoted item(s). At a minimum, the product literature must demonstrate that the quoted item(s) meet the minimum specifications identified. Information on delivery lead-time and warranty must be included in the quote submission and will be evaluated. The contractor must provide a copy of their service maintenance agreement. Technical acceptability will be determined solely on the content and merit submitted in response to this synopsis as it compares to the details outlined in the minimum specifications
2. Price - Offerors must include all applicable costs (Example: accessories, shipping) in their quote. The total quoted price for all components will be the evaluated price.
3. Delivery - The performance completion date after receipt of order (ARO). The desired delivery date is 90 days ARO.
The Government reserves the right to award without discussions. The Government reserves the right to issue an award without including all Clins.
PROVISIONS AND CLAUSES
I. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by reference:
52.204-7 Central Contractor Registration;
52.212-1 Instructions to Offerors-Commercial Items;
52.212-3 Alt I Offeror Representations and Certifications - Commercial Items
(Offerors are advised to include a completed copy of this provision with their quote or a
statement stating that it is available via the ORCA website, http://orca.bpn.gov.);
52.212-4 Contract Terms and Conditions-Commercial Items;
52.212-5 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders - Commercial Items;
52.203-6 Alt I Restrictions on Subcontractor Sales to the Government;
52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards;
52.209-6 Protecting the Governmentâs Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment
52.219-28 Post-Award Small Business Program Representation;
52.222-3 Convict Labor;
52.222-19 Child Labor - Cooperation with Authorities and Remedies;
52.222-21 Prohibition of Segregated Facilities;
52.222-26 Equal Opportunity;
52.222-35 Equal Opportunity for Disabled Veterans;
52.222-36 Affirmative Action for Workers with Disabilities;
52.222-37 Employment Reports on Special Disabled Veterans;
52.222-40 Notification of Employee Rights Under the National Labor Relations Act;
52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, Repair of Certain Equipment Certification;
52.223-18 Contractor Policy to Ban Text Messaging While Driving;
52.225-13 Restrictions on Certain Foreign Purchases;
52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration;
52.232-36 Payment by Third Party;
52.237-2 Protection of Government Buildings, Equipment, and Vegetation
252.204-7004 Required Central Contractor Registration. Alternate A;
252.212-7000 Offeror Representations and CertificationsâCommercial Items
252.212-7001 Contract Terms and Conditions Required to Implement Statutes or
Executive Orders Application to Defense Acquisition of Commercial Items;
252.203-7000 Requirements Relating to Compensation of Former DoD Officials;
252.225-7001 Buy American Act and Balance of Payments Program;
252.232-7003 Electronic Submission of Payment Requests; and
252.247-7023 Transportation of Supplies by Sea Alternate III.
II. The following FAR and DFAR provisions and clauses apply to this solicitation and are incorporated by full-text:
1. 52.212-2--Evaluation -- Commercial Items. (JAN 1999)
(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:
1. Technical;
2. Price; and
3. Delivery
(End of Provision)
2. 52.252-1 -- Solicitation Provisions Incorporated by Reference. (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):
http://www.arnet.gov/far
(End of Provision)
3. OPTION TO EXTEND SERVICES (52.217-8) (NOV 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days.
(End of clause)
4. Option to Extend the Term of the Contract (Mar 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least _30 days before the contract expires. The preliminary notice does not commit the Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 2014.
(End of clause)
5. 52.252-2 -- Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
http://www.arnet.gov/far
(End of Clause)
To be eligible for contract award, all contractors must be registered in the Central Contractors Register (CCR), http://www.ccr.gov, and be registered with the Online Representations and Certifications Application (ORCA), http://orca.bpn.gov. For instructions on registering, please visit the individual web sites.
Responsible sources shall provide the following:
1. Price quote which identifies the requested item(s)
2. Total price
3. Address technical evaluation factors. It is essential for the offerors to provide sufficient documentation, etc., in order for the Government evaluation team to make an adequate technical assessment of the offer as meeting technical acceptability.
4. Prompt Payment Terms
5. Remittance address, Tax Identification Number, DUNS number and Cage Code
Direct any questions or inquiries in writing by June 8, 2012 to Christina Johnson, Contract Specialist, via e-mail:
[email protected], ATTN: HT9404-12-Q-0152. Responses to this solicitation are due June 29, 2012 at 12:00 p.m. eastern local time. Responses may be submitted electronically, via email, to
[email protected], referencing document number HT9404-12-Q-0152 or mailed to USUHS, Directorate of Contracting, RM A1040C, 4301 Jones Bridge Road, Bethesda, MD 20814.
Bid Protests Not Available