Contact Points
Deerfield, IL 60015-2526
(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 75N95023Q00358 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.
THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).
The National Institute on Drug Abuse (NIDA), Office of Acquisition (OA), on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Leica Microsystems Inc., 10 Parkway North Ste. 300, Deerfield, IL 60015-2526 for Leica Bond RXm Service Contract.
This acquisition is conducted as non-competitive for a commercial item or service and is conducted pursuant to FAR 13.106-1(b)(1). The rationale for this sole single-source justification is the only source for certified, factory trained service professionals on Leica Biosystems Div sion (BSD) equipment and access to the latest service and support information.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-03 dated May 26, 2023.
(iv) This acquisition has no set-aside restrictions. The associated NAICS code is 334516 and the small business size standard is 1,000 employees.
DESCRIPTION
(vii) The period of performance will be 12 months.
PROVISIONS, CLAUSES, AND OTHER TERMS AND CONDITIONS
(viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition.
(ix) The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes:
a. Technical capability of the item offered to meet the Government requirement;
b. Price; and
c. Past performance as defined under FAR 13.106-2(b)(3).
(x) Offerors are to complete the following with offers:
FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers;
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation; and, if applicable,
FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, 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 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014)
HHSAR 352.223-70, Safety and Health (December 18, 2015)
The following apply to this acquisition and are incorporated in full text as attachments:
NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (Mar 2023). The Contractor will invoice for payment quarterly in arrears.
Service Contract Labor Standards / Wage Determination. State: Maryland. Area: Counties of Frederick, Montgomery. No. 2015-4269 Revision No. 22. Dated 05/10/2023. 11 pages.
(xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services, applies to this acquisition and is attached in full text.
(xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
(xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
SUBMISSION INSTRUCTIONS
(xv) This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.
The Unique Entity ID (UEI), 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, EDT on June 1, 2023, and reference Solicitation Number 75N95023Q00358. Responses must be submitted by email to the Contracting Officer at mark.mcnally@nih.gov.
(xvi) 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.
(Copies of all attachments available from the Contracting Officer upon request at mark.mcnally@nih.gov):
- Statement of Work
- FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Products and Commercial Services (Mar 2023)
- NIH Invoice and Payment Provisions (Vendor has Transitioned to IPP) (Mar 2023)
- Wage Determination
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.