Federal Bid

Last Updated on 16 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Rocky Oklahoma

TruSeq Kits

Solicitation ID RFQ-RML-5-13019
Posted Date 22 Jul 2013 at 8 PM
Archive Date 16 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy And Infectious Diseases
Agency Department Of Health And Human Services
Location Rocky Oklahoma United states
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers RFQ-RML-5-13019. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-67 dated July 22, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is325414 and the small business size is 500. SCHEDULE: The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML) has a need for the following Illumina Kits:

TruSeq PE Cluster Kit v3 cBot - HS Cat# PE-401-3001, Qty 2 each
TruSeq SBS Kit v3- HS (200 cycle), Cat# FC-401-3001, Qty 2 each
TruSeq® Stranded Total RNA LT (with RiboZeroTM Gold) - Set A, Cat# RS-122-2301, Qty 1 each
All quotes must contain shipping, warranty information and guarantee complete compatibility with existing systems.

FOB Point shall be Destination, Hamilton, MT. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: FAR 52.204 (b)(1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, https://www.sam.gov, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation; 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website https://www.sam.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, delivery, price, past performance, and the best value to the government. Offers may be mailed to Suzanne Miller at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT 59840, faxed to the POC indicated above (Fax - 406-363-9288), or e-mailed at ([email protected]). Offers must be submitted not later than 4:30 PM (MDST), 08/01/2013. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far/ or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.

Bid Protests Not Available