Contact Points
Primary Contract Specialist
DATE QUOTATION DUE:
All responses to this request for quote must be received by 9:00 a.m. Eastern Standard Time, on August 28, 2023, and must reference the request number cited above. Responses must be submitted electronically to the contact person cited above. Fax responses will not be accepted.
IMPORTANT: This is a request for information and quotations furnished are not offers. If you are unable to quote, please so indicate in a reply email to the contract specialist cited herein. This request does not commit the Government to pay any costs incurred in the preparation of the submission of this quotation or to contract for supplies or service. Supplies are of domestic origin unless otherwise indicated by quoter. Any representations and/or certifications attached to this Request for Quotation must be completed by the quoter.
The full Request for Quote with all attachments is available from the Contract Specialist
Description of Requirement:
The Neuron-Glia Signaling and Circuits (NGSC) Unit within the National Institute of Neurological Disorders and Stroke (NINDS) seeks to purchase an ultrasonic vocalization (USV) acquisition system for recording, play back, and automated analysis of USVs to enhance and broaden the labs capabilities in recording and analyzing USVs, while also enabling the automation of analysis processes, as per the specific salient physical, functional, or performance characteristics provided in the attached PURCHASE DESCRIPTION.
QUOTER TERMS AND CONDITIONS: (to be filled out by the Offeror):
- Period of Performance OR Delivery Date After Receipt of Order:
- Shipping Point (F.O.B. OR Destination):
- Payment Discount Terms:
- Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:
- SAM UEI No:
- Name of Company:
- Street Address, City, State, Zip code:
- Name of Person Authorized to Provide Quote:
- Telephone Number and Email Address of Person Authorized to Provide Quote:
ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS
The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of provision)
The following provisions apply to this acquisition and are incorporated by reference:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.211-6, Brand Name or Equal (Aug 1999)
- FAR 52.212-1, Instructions to Offerors—Commercial Products and Commercial Services (Mar 2023)
- FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022)
- 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 (Oct 2022)
- FAR 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications (Jun 2020)
- HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (December 18, 2015)
https://www.acquisition.gov/browse/index/far https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html
(End of clause)
The following clauses apply to this acquisition and are incorporated by reference:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022)
- HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
The following provisions and clauses apply to this acquisition and are attached in full text. Offerors MUST complete the provisions at FAR 52.204-24, FAR 52.204-26, FAR 52.225-2, and FAR 52.229-11 and submit completed copies as separate documents with their proposal.
- FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021)
- FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020)
- FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Jun 2023)
- FAR 52.225-2, Buy American Certificate (Oct 2022)
- Invoice and Payment Provisions with IPP (Mar 2023)
The Government will perform a comparative evaluation of responses in accordance with FAR 13.106-2(b) to award a purchase order from this solicitation to the responsible offeror whose response meets the solicitation’s requirements and, as a whole, provides the best value, considering price and other factors in this solicitation.
The evaluation will compare: (a) Technical capability of the service offered to meet the Government requirement; (b) Price; and (c) Past Performance as defined under FAR 13.106-2(b)(3). If only one quotation is received it will be evaluated on the preceding basis.
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; and the Government is not requesting or accepting alternate proposal(s).
The Offerors to include a completed copy of the provision at FAR provision 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Dec 2022), with its offer. If the offeror has completed FAR provision 52.212-3 at www.sam.gov , then the offeror does not need to provide a completed copy with its offer.
The clause at FAR 52.212-4, Contract Terms and Conditions—Commercial Products and Commercial Services (Dec 2022) applies to this acquisition.
The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices.
Please be advised that the National Institute of Neurological Disorders and Stroke (NINDS) is an Institute within the National Institutes of Health (NIH), which is a Federal agency. Your mass-market commercial sales and/or license agreement may include provisions that are customarily found in the commercial sector, but which are not appropriate for a contract with a Federal agency. Specifically, NINDS considers any provision in your mass-market commercial sales and/or license agreement to be inappropriate and unenforceable that:
- Contravenes a right granted NINDS under U.S. copyright law (e.g., fair use, right to archive, copying for interlibrary loan),
- Violated the Federal Acquisition Regulation or other Federal law (e.g., Antideficiency Act, Principles of Federal Appropriations Law),
- Departs from reasonable consumer expectations and was not disclosed by the Licensor prior to agreement, or
- Violates fundamental public policy.
NIH shall assume that you are in agreement with the statements herein if you submit a quotation/proposal and accept NIH's order/contract.
CONTRACTING OFFICER’S REPRESENTATIVE (COR)
The following Contracting Officer’s Representative (COR) will represent the Government for the purpose of this contract:
[To be specified at time of award]
The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance.
The Contracting Officer is the only person with authority to act as an agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in the contract.
The Government may unilaterally change its COR designation in writing, any time during the contract’s period of performance.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
SUMMARY STATEMENT:
Responses to this notice must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The response shall include: the unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
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.