Automated Flow-through Dynamic Diffusion Cell System

expired opportunity(Expired)
From: Federal Government(Federal)
FDA1184870

Basic Details

started - 14 Jul, 2017 (about 6 years ago)

Start Date

14 Jul, 2017 (about 6 years ago)
due - 21 Jul, 2017 (about 6 years ago)

Due Date

21 Jul, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
FDA1184870

Identifier

FDA1184870
Department of Health and Human Services

Customer / Agency

Department of Health and Human Services
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.

DESCRIPTIONThis is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a separate written solicitation will not be issued.This solicitation is a Request for Quote (RFQ) using FAR Parts 12 and 13 procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-87. The North American Industry Classification System (NAICS) code for the proposed acquisition is 334516, Analytical Laboratory Instrument Manufacturing. . The associated small business standard is 500 employees. This is for a small business set-aside.SUPPLIES OR SERVICES AND PRICES/COSTSCLIN Description Price0001 Automated Flow-through Dynamic Diffusion Cell System $Total Cost $SCOPEFDA/CBER requires an
Automated Flow-through Dynamic Diffusion Cell System to study the in vitro drug permeation/ diffusion across a skin/ synthetic membrane. It is required to conduct research on assessing the performance, quality and safety of topical and transdermal drug products. The system will be used to carry out in vitro drug permeation studies for multi-day periods.The Contractor shall meet the following salient characteristics:• 7 units of 9 mm diameter standard In-line cells• 1 unit of a cell warmer to maintain the temperature of the cells• 1 unit of Heater/circulator to pump water at desired temperature into the jacketed cells• 1 unit of reservoir-manifold to hold the receptor medium• 1 unit of fraction collector to collect the samples at predetermined time intervals• 1 unit of a multichannel peristaltic pump to pump the receptor medium from the reservoir into each of the cells• The in-line cells should be of 9 mm diameter, 0.64cm² orifice area and 254μL receptor chamber volume• The cell warmer should be with 7 chambers, 100° C max temperature, 1/8-NPT inlet and outlet ports and is able to perfectly hold the in-line cells in place• The Heater/circulator - 100° C max temperature, 115 V, should be able to circulate water through all the in-line cells simultaneously• The fraction collector should be multi-channel programmable with 175 sample capability and 1 minute to 9999 minute interval time.• The multichannel peristaltic pump (90 μL to 40 ml per minute capacity) should have enough power to pump simultaneously to all the in-line cells• The reservoir-manifold, the fraction collector and the multichannel peristaltic pump should be compatible with each other for smooth functioning of the systemPERFORMANCE AND DELIVERABLESPlace of Performance10903 New Hampshire AveSilver Spring, MD 20903Period of Performance12 months to deliverCONTRACT ADMINISTRATIONThe contact information for the FDA Contracting Officer's Representative is: TBDThe contact information for the FDA Technical Lead is the following: TBDThe contact information for the FDA Contract Specialist is the following: TBDINVOICE INSTRUCTIONSProper invoice submission includes following the invoice instructions below.The Contractor shall submit all invoices in the manner specified below:The Contractor shall submit one original copy of each invoice to the address specified below:Office of Financial Services Food and Drug Administration10903 New Hampshire AvenueW032-Second FloorBldg. 32, Rm. 2162, Mail Hub 2145Silver Spring MD 20993-0002Attn: Vendor PaymentsPhone: (301) 827-3742 or (866) 807-3742Email: fdavendorpaymentsteam@fda.govInvoices submitted under this order must comply with the requirements set forth in FAR 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) and the other applicable FAR clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following:(I) Name and address of the contractor; (II) Invoice date and Invoice number; (III) PurchaseOrder/Award Number; (IV) Description, quantity, unit of measure, unit price, and extended price of supplies delivered or services performed, including: (a) period of performance for which costs areclaimed; (b) itemized travel costs, including origin and destination; and (c) any other supportinginformation necessary to clarify questionable expenditures;(V) Shipping number and date of shipping, including the bill of lading number and weight of shipment if shipped on government bill of lading;(VI) Terms of any discount for prompt payment offered; (VII) Name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment)(VIII) Name, title and phone number of person to notify in event of a defective invoice; (IX) TaxpayerIdentification Number (TIN); (X) Electronic Funds Transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (XI) Name and telephone number of the COR or other programcenter/office point of contact, as referenced on the purchase order; and, (XII) Any other information or documentation required by the purchase order/award.Questions regarding invoices shall be directed to the FDA at the telephone numbers provided above.CONTRACT CLAUSESHHSAR Clauses Incorporated by ReferenceThis order incorporates the following U.S. Department of Health and Human Services Acquisition Regulation (HHSAR) 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 the following website: http://www.hhs.gov/policies/hhsar/.352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)352.231-71, PRICING OF ADJUSTMENTS (JANUARY 2001)This contract incorporates one or more clauses by reference, noted in Title 48, Federal Acquisition Regulations System, 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: http://farsite.hill.af.mil/VFHHSARA.HTM.HHSAR Clause Description Date352.202-1 Definitions (Jan 2006)352.203-70 Anti-lobbying (Jan 2006)352.215-70 Late proposals and revisions (Jan 2006)352.223-70 Safety and health (Jan 2006)352.224-70 Privacy Act (Jan 2006)352.228-7 Insurance--Liability to third persons (Dec 1991)352.233-71 Litigation and claims (Jan 2006)352.242-73 Withholding of contract payments (Jan 2006)352.242-71 Tobacco-free Facilities (Jan 2006)352.242-74 Final decisions on audit findings (Apr 1984)352.270-1 Accessibility of meetings, conferences, (Jan 2001)and seminars to persons with disabilitiesFAR Clauses Incorporated by Reference: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: www.acquisition.gov/far/index.html52.202-1 Definitions (November 2013)52.203-5 Covenant Against Contingent Fees (May 2014)52.203-7 Anti-Kickback Procedures (May 2014)52.212-4 Contract Terms and Conditions-Commercial Items (May 2015)52.217-8 Option To Extend Services (November 1999)52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)FAR Clauses in Full Text:52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OF EXECUTIVE ORDERS-COMMERCIAL ITEMS (DEC 2015)(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:(1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), withAlternate I (Oct 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402).(2) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C.3509).(3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub L. 111-5) (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009).X (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct2015) (Pub. L. 109-282) (31 U.S.C. 6101 note). (5) [Reserved](6) 52.204-14, Service Contract Reporting Requirements (Jan 2014) (Pub. L. 111-117, section 743 of Div. C).(7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts(Jan 2014) (Pub. L. 111-117, section 743 of Div. C).X (8) 52.209-6, Protecting the Government's Interest When Subcontracting with ContractorsDebarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).(9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters(Jul 2013) (41 U.S.C. 2313). (10) [Reserved](11) (i) 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Nov 2011) (15U.S.C. 657a).(ii) Alternate I (Nov 2011) of 52.219-3.(12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer)(15 U.S.C. 657a).(ii) Alternate I (Jan 2011) of 52.219-4. (13) [Reserved]X (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011).(iii) Alternate II (Nov 2011).(15) (i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-7.(iii) Alternate II (Mar 2004) of 52.219-7.(16) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2)and (3)).(17) (i) 52.219-9, Small Business Subcontracting Plan (Oct 2015) (15 U.S.C. 637 (d)(4)). (ii) Alternate I (Oct 2001) of 52.219-9.(iii) Alternate II (Oct 2001) of 52.219-9. (iv) Alternate III (Oct 2015) of 52.219-9.(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).X (19) 52.219-14, Limitations on Subcontracting (Nov 2011) (15 U.S.C. 637(a)(14)). (20) 52.219-16, Liquidated Damages-Subcontracting Plan (Jan 1999) (15 U.S.C.637(d)(4)(F)(i)).(21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside(Nov 2011) (15 U.S.C. 657f).X (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C.632(a)(2)).(23) 52.219-29, Notice of Set-Aside for Economically Disadvantaged Women-OwnedSmall Business (EDWOSB) Concerns (Jul 2013) (15 U.S.C. 637(m)).(24) 52.219-30, Notice of Set-Aside for Women-Owned Small Business (WOSB) Concerns Eligible Under the WOSB Program (Jul 2013) (15 U.S.C. 637(m)).X (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).X (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O.13126).X (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). X (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).X (29) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).X (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). X (31) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212).X (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act(Dec 2010) (E.O. 13496).X (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 andE.O. 13627).(ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627).X (34) 52.222-54, Employment Eligibility Verification (Oct 2015). (E. O. 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.)(35) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA- Designated Items (May 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)(ii) Alternate I (May 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.)(36) (i) 52.223-13, Acquisition of EPEAT® -Registered Imaging Equipment (Jun 2014) (E.O.s 13423 and 13514(ii) Alternate I (Oct 2015) of 52.223-13.(37) (i) 52.223-14, Acquisition of EPEAT® -Registered Television (Jun 2014) (E.O.s13423 and 13514).(ii) Alternate I (Jun 2014) of 52.223-14.(38) 52.223-15, Energy Efficiency in Energy-Consuming Products (Dec 2007) (42 U.S.C.8259b).(39) (i) 52.223-16, Acquisition of EPEAT® -Registered Personal Computer Products (Oct2015) (E.O.s 13423 and 13514).(ii) Alternate I (Jun 2014) of 52.223-16.X (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving(Aug 2011) (E.O. 13513).X (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).X (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43).(ii) Alternate I (May 2014) of 52.225-3. (iii) Alternate II (May 2014) of 52.225-3. (iv) Alternate III (May 2014) of 52.225-3.X (43) 52.225-5, Trade Agreements (Nov 2013) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note).X (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).(45) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).(46) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) (42 U.S.C.5150).(47) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov2007) (42 U.S.C. 5150).(48) 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002) (41U.S.C. 4505), 10 U.S.C. 2307(f)).(49) 52.232-30, Installment Payments for Commercial Items (Oct 1995) (41 U.S.C. 4505,10 U.S.C. 2307(f)).X (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management(Jul 2013) (31 U.S.C. 3332).(51) 52.232-34, Payment by Electronic Funds Transfer-Other Than System for AwardManagement (Jul 2013) (31 U.S.C. 3332).(52) 52.232-36, Payment by Third Party (May 2014) (31 U.S.C. 3332).X (53) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a).(54) (i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). (ii) Alternate I (Apr 2003) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or executive orders applicable to acquisitions of commercial items:(1) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495)(2) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67.).(3) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).(4) 52.222-43, Fair Labor Standards Act and Service Contract Labor Standards -- Price Adjustment (Multiple Year and Option Contracts) (May 2014) (29 U.S.C.206 and 41 U.S.C. chapter 67).(5) 52.222-44, Fair Labor Standards Act and Service Contract Labor Standards -- PriceAdjustment (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67).(6) 52.222-51, Exemption from Application of the Service Contract Labor Standards toContracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May2014) (41 U.S.C. chapter 67).(7) 52.222-53, Exemption from Application of the Service Contract Labor Standards toContracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).(8) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658). (9) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014)(42 U.S.C. 1792).(10) 52.237-11, Accepting and Dispensing of $1 Coin (Sep 2008) (31 U.S.C. 5112(p)(1)).(d) Comptroller General Examination of Record The Contractor shall comply with the provisions of this paragraph (d) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records -- Negotiation.(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the Contractor's directly pertinent records involving transactions related to this contract.(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), (c) and (d) of this clause, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (e)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)),in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (v) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (viii) 52.222-37, Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212).(ix) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause52.222-40.(x) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).(xi) (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78and E.O. 13627).(B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).(xii) 52.222-51, Exemption from Application of the Service Contract Labor Standards toContracts for Maintenance, Calibration, or Repair of Certain Equipment--Requirements (May2014) (41 U.S.C. chapter 67.)(xiii) 52.222-53, Exemption from Application of the Service Contract Labor Standards toContracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67) (xiv) 52.222-54, Employment Eligibility Verification (Oct 2015) (E. O. 12989).(xv) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).(xvi) 52.225-26, Contractors Performing Private Security Functions Outside the United States(Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year2008; 10 U.S.C. 2302 Note).(xvii) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(xviii) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.(End of Clause)Alternate I (Feb 2000). As prescribed in 12.301(b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to "paragraphs (a), (b), (c), or(d) of this clause" in the redesignated paragraph (d) to read "paragraphs (a), (b), and (c) of this clause".Alternate II (Dec 2015). As prescribed in 12.301(b)(4)(ii), substitute the following paragraphs (d)(1)and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows: (d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8G of the Inspector General Act of 1978 (5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to-(i) Examine any of the Contractor's or any subcontractors' records that pertain to, and involve transactions relating to, this contract; and(ii) Interview any officer or employee regarding such transactions. (e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial items, other than-(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-(A) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509). (B) 52.203-15, Whistleblower Protections Under the American Recovery and ReinvestmentAct of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5).(C) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $700,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.(D) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (E) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246).(F) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).(G) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).(H) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause52.222-40.(I) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67).(J)(1) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78and E.O. 13627).(2) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).(K) 52.222-51, Exemption from Application of the Service Contract Labor Standards toContracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May2014) (41 U.S.C. chapter 67).(L) 52.222-53, Exemption from Application of the Service Contract Labor Standards toContracts for Certain Services--Requirements (May 2014) (41 U.S.C. chapter 67).(M) 52.222-54, Employment Eligibility Verification (Oct 2015) (Executive Order 12989). (N) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E. O. 13658).(O) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.(P) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Feb 2006) (46U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph(d) of FAR clause 52.247-64.CONFLICTS OF INTERESTThe Contractor shall warrant that, to the best of its knowledge and belief, and except as otherwise disclosed in its quote, it does not have any actual, potential, or apparent conflict of interests pertaining to the subject procurement, as described in FAR Subpart 9.5 and HHS and FDA policies, for its organization, employees, or subcontractors proposed to be working under procurement.After award of an order for this procurement, if the Contractor discovers an actual, potential, or apparent conflict of interest with respect to this procurement, it shall make an immediate and full disclosure in writing to the FDA Contracting Officer and TPOC for this order, including a description of any actions the Contractor has taken or proposes to take to avoid, neutralize, or mitigate any conflict of interest. The Contractor shall act impartially and objectively and must avoid actions that would cause a reasonable person to question their impartiality or engage in activities that may result in an unfair competitive advantage.The Government reserves the right to exercise any remedy available at law or equity, including termination of the order for cause or convenience, should the Government determine remedial action is necessary to address any actual, potential, or apparent conflict of interest.Contractors shall include a clause substantially similar to this conflicts of interest clause in any subcontract.INSTRUCTIONS TO OFFERORSCOVER PAGEOfferor shall include a cover page which shall include a point of contact (name, telephone number, and email address). Dun and Bradstreet (DUNS) number, country of manufacturing of equipment, and certification that all company information listed in the System for Award Management (SAM) database is complete, accurate, and current.Offerors shall submit a technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation.Offerors shall ensure the solicitation number is visible in the header of the email transmission of their quote.The award will evaluated and awarded as Lowest Price Technically Acceptable.Faxed quotes will not be accepted.Offerors Response Date and TimeAll quotes shall be submitted via email to Telisha Wilson@fda.hhs.gov by or before 10:00 AM Eastern Time on July 21, 2017 with the subject titled "Requisition 1184870".Quotes must be valid through September 30, 2017.   Contact Information: Telisha Wilson , Contract Specialist, Phone 2404027572, Email telisha.wilson@fda.hhs.gov Office Address :5630 Fishers Lane, Room 2129 Rockville MD 20857-0001 Location: Office of Acquisitions and Grants Services - Rockville Set Aside: Total Small Business

Office of Acquisitions and Grants Services - RockvilleLocation

Address: Office of Acquisitions and Grants Services - Rockville

Country : United States

You may also like

NIAAA- FLOW CELLS

Due: 10 Mar, 2025 (in 10 months)Agency: NATIONAL INSTITUTES OF HEALTH

NANOPORE FLOW-CELLS AND LIGATION KIT

Due: 10 May, 2024 (in 15 days)Agency: AGRICULTURAL RESEARCH SERVICE

AUTOMATED LOGIC

Due: 28 Apr, 2024 (in 3 days)Agency: Military and Veterans' Affairs

Please Sign In to see more like these.

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

Classification

NAISC: 334516 GSA CLASS CODE: 66