Automated Electrophoresis Device

expired opportunity(Expired)
From: Federal Government(Federal)
75N95022Q00426

Basic Details

started - 19 Sep, 2022 (18 months ago)

Start Date

19 Sep, 2022 (18 months ago)
due - 22 Sep, 2022 (18 months ago)

Due Date

22 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
75N95022Q00426

Identifier

75N95022Q00426
HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Customer / Agency

HEALTH AND HUMAN SERVICES, DEPARTMENT OF (26486)NATIONAL INSTITUTES OF HEALTH (10750)NATIONAL INSTITUTES OF HEALTH NIDA (3091)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

This is a combined synopsis/solicitation for commercial items 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; proposals are being requested and a separate written solicitation will not be issued.This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; and FAR Part 12—Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-07 / 08-10-2022.The North American Industry Classification System (NAICS) code for this procurement is 334516 – Analytical Laboratory Instrument Manufacturing. This requirement
shall be solicited using Total Small Business Set-Aside procedures.Description:The Government requires the following item:Automated Electrophoresis Device for DNA and RNA sequencing library. Quantity 1.Please refer to Attachment 1 – Purchase Description for details and information describing the brand name or equal salient characteristics and requirements.Delivery shall be made 45 days after award date. Delivery shall be made to the following:35 Convent DriveBLDG 35, Rm GF-331Bethesda, MD 20892 The provision at FAR Clause 52.212-1 Instructions to Offerors—Commercial Items is applicable to this solicitation.The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. 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.Selection of an offeror for contract award will be based on an evaluation of proposals against five factors.  The factors are: Technical, Contract Management and Customer Support, and Delivery, Installation and Set-up, Past Performance, and Price. Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government.The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the SOLICITATION. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below.The evaluation factors are used when reviewing the proposals. 1.        Technical Capability and FunctionalityNIDA shall evaluate the offeror’s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description.2.        Contract Management and Customer SupportNIDA shall evaluate the offeror’s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems.3.        Speed of Delivery, Installation and Set-upNIDA shall evaluate the offeror’s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work.4.        Past PerformanceOfferors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information.PRICE EVALUATIONOfferors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable.Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor’s ability to meet the Government’s requirements.The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition.The provision at FAR Clause 52.212-4, Contract Terms and Conditions—Commercial Items, applies to this acquisition. See Attachment 2.The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. See Attachment 3.There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service.  Responses to this solicitation must include clear and convincing evidence of the Offeror’s capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation.  Basic cost and price information in the Offeror’s proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms.The Contractor shall submit its quote electronically.Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror’s cover sheet.In addition the vendor Unique Entity Identifier (UEI) and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”All responses must be received no later than September 22, 2022, 10:00 am EST. Late responses will not be accepted. All responses must reference solicitation number 75N95022Q00423. Responses must be submitted electronically to  alexander.beraud@nih.gov. For information regarding this solicitation, please contact Alexander Beraud by email at alexander.beraud@nih.gov or by phone at 301-827-6857.DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contract Specialist, Alexander Beraud, at alexander.beraud@nih.gov on or before 11:00 AM EST, September 21, 2022. Fax responses will NOT be accepted.PLEASE SEE ATTACHED SOLICITATION FOR ALL RELEVANT DETAILS

Bethesda ,
 MD   USALocation

Place Of Performance : N/A

Country : United States

You may also like

6640--Automated Rotary Microtomes

Due: 28 Mar, 2024 (Today)Agency: VETERANS AFFAIRS, DEPARTMENT OF

VISN 22 ELECTROPHORESIS

Due: 28 Feb, 2030 (in about 6 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

TAPESTATION AUTOMATED ELECTROPHORESIS SYSTEM

Due: 21 Nov, 2025 (in 20 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 334516Analytical Laboratory Instrument Manufacturing
pscCode AN45Health R&D Services; Health Care - Other; Expenses for R&D Facilities and Major Equipment