CHROMIUM GEM REAGENTS

expired opportunity(Expired)
From: Federal Government(Federal)
RFQ-NIAID-1981631

Basic Details

started - 06 Aug, 2019 (about 4 years ago)

Start Date

06 Aug, 2019 (about 4 years ago)
due - 21 Aug, 2019 (about 4 years ago)

Due Date

21 Aug, 2019 (about 4 years ago)
Bid Notification

Type

Bid Notification
RFQ-NIAID-1981631

Identifier

RFQ-NIAID-1981631
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.

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-NIAID-1981631 and the solicitation is issued as a Request for Quotes (RFQ).This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 July 12, 2019.The North American Industry Classification System (NAICS) code for this procurement is 325413, Invitro Diagnostic Substance
Manufacturing, with a small business size standard of 1250 people. This acquisition is being competed as a small business set aside with a Brand name restriction.Description of the Requirement:The National Institute of Allergy and Infectious Diseases (NIAID), the Center of Human Immunology (CHI) is to achieve a more integrated and predictive understanding of human immunity and immune-microbiome behavior and function in health and disease. One of the specific aims of our research is large-scale human studies on immune and microbiome monitoring coupled with intensive computational analysis and modeling. CHI has a need for Chromium reagent kits that are used in the Chromium Controller, single-cell isolation and preparation system. Please see the attached bill of materials for a complete list of the brand name items requested.All interested parties should submit quotes based on the above criteria and the detailed brand name specification attached to this RFQ. All responsible sources may submit a response that will be considered. This documentation will need to be provided at the time of quote submission.The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following evaluation criteria; the ability to provide the brand named products requested, technical capabilities, past performance, price and the best overall value to the government. Please provide brief details for each criterion with your quote. See below:Evaluation Criteria:The following factors shall be used to evaluate the offer:52.212-2 Evaluation -- Commercial Items (Oct 2014)(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:(i) technical capability of the service offered to meet the Government requirement; The Government will evaluate the extent to which the Offeror's proposal demonstrates the level of knowledge and understanding of the technical requirements and the tasks to be performed. Understanding includes the ability of the offeror to: Provide a technical plan that demonstrates an understanding of the scope and objectives of the tasks as outlined in Basic Maintenance Option.(ii)price; The Government will review the offeror proposal to determine if it is fair and reasonable based on market prices and historical prices. Option year prices will be included in this review.(iii) key personnel and staffing: The offeror shall submit resumes of all service provider personnel and identify the point of contact for service. The contractor must demonstrate the applicability of skills and experience with respect to the tasks delineated in the SOW. The contractor must be able to ensure that personnel are currently available and/or committed to the contract as of the start of the proposed period of performance. Offeror must demonstrate that they have adequate personnel to respond to concurrent services calls in multiple buildings without compromising facility health status.(iii) past performance / relevant experience (see FAR 15.304); The offeror shall provide past performance providing similar services within the past five years. Information shall include what was provided to whom to include contact information, phone and email address. Offeror must demonstrate that they have provided similar services in research environments and demonstrate an understanding of the requirement to provide service on equipment in varying levels of bio-containment. Offeror must demonstrate that they have a working knowledge of the type of equipment listed in the SOW.The following FAR provisions apply to this acquisition:FAR 52.212-1 Instructions to Offerors Commercial Items (Jan 2017)FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Oct 2018)Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record)FAR 52.217-5 Evaluation of Options (Jul 1990)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 address:http://farsite.hill.af.mil/vffara.htmThe following FAR contract clauses apply to this acquisition:FAR 52-212-4 Contract Terms and Conditions Commercial Items (Oct 2018)FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2019)*The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting.FAR 52.203-19 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements (Jan 2017)FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Jan 2017)FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)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 address: http://farsite.hill.af.mil/vffara.htmBy submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov).Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax.Submission shall be received no later than 3:00 pm eastern standard time on 08/21/2019.Offers may be e-mailed to Angela Stanton (E-Mail/ angela.stanton@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f)All responsible sources may submit an offer that will be considered by this Agency.Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Angela Stanton angela.stanton@nih.gov.Contact Information: ANGELA STANTON, PURCHASING AGENT, Phone 4068026194, Email angela.stanton@nih.gov - Laura L Grey, Purchasing Agent, Phone 406-375-9812, Email laura.grey@nih.gov Office Address :5601 Fishers Lane3rd Floor MSC 9822 Bethesda MD 20892 Location: National Institute of Allergy & Infectious Diseases/AMOB Set Aside: Total Small Business

9000 ROCKVILLE PIKEBETHESDA , MDLocation

Address: 9000 ROCKVILLE PIKEBETHESDA , MD

Country : United StatesState : Maryland

You may also like

REAGENTS

Due: 28 Feb, 2025 (in 10 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

REAGENTS

Due: 30 Sep, 2024 (in 5 months)Agency: NATIONAL INSTITUTES OF HEALTH

CEPHEID GENEXPRESS AND GENEXPERT REAGENTS

Due: 19 Jan, 2025 (in 8 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

NAISC: 325413 GSA CLASS CODE: 66