This notice is being published in accordance with Federal Acquisition Regulation (FAR) Part 5.101(a)(2) requiring the dissemination of information on proposed contract actions expected to exceed $15,000, but not expected to exceed $25,000.
Acquisition Authority: This acquisition is being conducted under Federal Acquisition Regulations (FAR) Part 13 - Simplified Acquisition Procedures, and the resultant contract award will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-83 Effective 02 JULY 2015.
Contractor Requirements
Contractor shall provide a micromanipulator system with the following specifications (Brand name or equal):
Manufacturer: Eppendorf
QTY(1) MFR# 2231519300 TransferMan® 4r, micromanipulator with DualSpeed™ joystick for direct and dynamic movement control, 100 – 240 V/50 – 60 Hz (US/JP)
QTY(1) MFR# 5192321001 Adapter bridge, for mounting Eppendorf micro manipulators on microscope adapters for TransferMan NK2, InjectMan NI 2 and PatchMan NP 2
Trade in of TransferMan NK2 injector
Evaluation Criteria:
Contract award shall be made to the responsible Offeror whose offer, in conforming to this RFQ, provides the overall best value to the Government, technical evaluation factors, and cost considered. The Government's objective is to obtain the highest technical quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Technical evaluation factors are more important than cost. In the event quotes are evaluated as technically equal in quality, price or cost will become a major consideration in selecting the successful Offeror.
1: Technical Evaluation Factors:
1a: Ability to deliver the product with the specifications in the contractor requirements section
Closing Statement:
Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerers must have an active registration in the System for Award Management (SAM) www.sam.gov."
52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2020)
All responses must be received by June 26, 2021 at 4:00 PM Eastern Time. Responses may be submitted electronically to [email protected] NIDCR 6701 Democracy Blvd., DEM 1, Room 675 Bethesda, MD 20892 Attention: Jimmy Sanders. Fax responses will not be accepted.
“All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.”