Contact Points
harvested for cryopreservation.
• Cells must be cryopreserved as primary cells.
• Cells must be tested for normal cell appearance for 15 population doublings.
• Cell viability must be between 70 and 80%
(i) 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 written solicitation will not be issued.
(ii) The solicitation number is 75N95021Q00085 and the solicitation is issued as a request for quotation (RFQ). 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. The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated award date is March 9, 2021.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-03 dated February 16, 2021.
(iv) This acquisition is full and open with no set-aside restrictions. The associated NAICS code is 325414 and the small business size standard is 1,250 employees.
(v) This acquisition is for the following list of brand name or equal contract line item numbers (CLINs) and items, quantities, and units of measure (including option(s), if applicable):
CLIN 01: BBB Kit, Quantity: Four (4), Manufacturer: Iwaki & Co., Product Code: RBT-24F
CLIN 02: Rat Brain Endothelial Cells, Quantity: Three (3), Manufacturer: Iwaki & Co., Product Code: PCC-WRBEC-5105
CLIN 03: Rat Brain Pericytes, Quantity: Three (3), Manufacturer: Iwaki & Co., Product Code: PCC-WRBPC-5105
CLIN 04: Rat Astrocytes, Quantity: Three (3), Manufacturer: Iwaki & Co., Product Code: PCC-WRAS-1106
(vi) The purchase description with the salient characteristics the brand-name or equal items must meet:
Description: BBB Kit Manufacturer: Iwaki & Co. Product Code: RBT-24F Quantity: Four (4)
Description: Rat Brain Endothelial Cells Manufacturer: Iwaki & Co., Product Code: PCC-WRBEC-5105 Quantity: Three (3)
Description: Rat Brain Pericytes Manufacturer: Iwaki & Co. Product Code: PCC-WRBPC-5105 Quantity: Three (3)
Description: Rat Astrocytes, Manufacturer: Iwaki & Co. Product Code: PCC-WRAS-1106, Quantity: Three (3)
Brand equal items must meet the following salient characteristics to be considered for award:
• Cells must be isolated from rat brain tissue and expanded once in culture vessels before being harvested for cryopreservation.
• Cells must be cryopreserved as primary cells.
• Cells must be tested for normal cell appearance for 15 population doublings.
• Cell viability must be between 70 and 80%
(vii) The place of delivery and acceptance shall be:
The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850
Delivery shall be 35 days after receipt of order (ARO) by f.o.b. destination and include all shipping costs; however, Offerors may propose alternative shipping terms and costs.
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items,
applies to this acquisition.
Responses may exceed capability or performance characteristics of the solicitation’s requirements. The Government reserves the right, but is not required, to award to a response that exceeds capability or performance characteristics of the solicitation’s requirements if it provides a benefit to the Government.
(x) Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers.
(xi) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
The following FAR and HHSAR provisions and clauses are accessible electronically at https://www.acquisition.gov/, apply to this acquisition, and are incorporated by reference:
FAR 52.204-7, System for Award Management (Oct 2018)
FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
FAR 52.211-6, Brand Name or Equal (Aug 1999)
FAR 52.214-34, Submission of Offers in the English Language (Apr 1991)
FAR 52.214-35, Submission of Offers in U.S. Currency (Apr 1991)
FAR 52.225-2, Buy American Certificate (Jan 2021)
HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
The following apply to this acquisition and are incorporated in full text as attachments:
NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH
Contractors/Vendors (2/10/2021): NIH implementation requirements of the PROMPT PAYMENT clause at FAR 52.232-25. Addendum to these invoicing instructions applies to this acquisition, and the additional instructions to offerors are as follows: The Contractor will invoice upon completion of deliveries.
(xiii) Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
The Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), 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 by 03:00 PM, Eastern Time on March 9, 2021, and reference Solicitation Number 75N95021Q00085. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov.
(xiv) The name and telephone number of the individual to contact for information regarding the solicitation:
Mark McNally, Contracting Officer, 301-827-5869, mark.mcnally@nih.gov.
Solicitation Attachments (copies of attachments available upon request to the Contracting Officer at mark.mcnally@nih.gov):
- Purchase Description
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (Jan 2021)
- NIH Invoice and Payment Provisions and Electronic Invoicing Instructions for NIH Contractors/Vendors (2/10/2021)
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 offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.
All responses must be received by closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.