75N95023Q00669-RFQ

Submitted by pluggern on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Preventative maintenance of Peggy Sue.
Contracting Office
National Center for Advancing Translational Sciences (NCATS)

Contact Points

Primary Contract Specialist

GIULIANA
FALLER
giuliana.faller@nih.gov
NAICS Code Number
334516
Small Business Size Standard
1000
Estimated Period of Performance
one day of performance after award date
Competition Status
Non-Competitive
Vendor Name
ProteinSimple (part of Bio-Techne)
Vendor Address
3001 Orchard Parkway
San Jose, CA 95134
Single-Sole Source Determination
Vendor is the system manufacturer and only authorized company to perform maintenance on their systems.
Background/Description of Requirement

NON-COMPETITIVE

COMBINED SYNOPSIS / SOLICITATION

 

Title: Preventative maintenance of Peggy Sue.

 (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 75N95023Q00669-RFQ 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.

 

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 ProteinSimple (part of Bio-Techne), 3001 Orchard Parkway

San Jose, CA 95134 for PeggySue Preventive Maintenance.

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 the brand-name justification is only this manufacturer’s accessories work with the system.  

(iii)       The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date June 2,2023.

 

(iv)       The associated NAICS code is 334516 – Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees. This requirement has no set asides. 

 

(v)        This requirement is for the following:

Quantity: See attached Scope of Work

 

Salient characteristics:  See attached Scope of Work.

 

(vii)      The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is one day of performance after award date.. The place of performance and acceptance will be 9800 Medical Center Dr, Rockville, MD 20850 Bldg. B, Rm. 1003. between the hours of 8:00 a.m. and 5:00 p.m., Eastern Standard Time, Monday through Friday (except on Federal Holidays).

 

(viii)     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:

 

The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:

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:

 

 

The following provisions and clauses apply to this acquisition and are attached in full text.  Offerors MUST complete the provisions at 52.204-24, 52.204-26, and 52.225-2 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 Items (Jun 2023)
  • FAR 52.225-2, Buy American Certificate (Oct 2022) 
  • NIH Invoice and Payment Provisions 

 

(ix)       The provision at FAR clause 52.212-2, Evaluation – Commercial Items (Nov 2021), applies to this acquisition and is included as an attachment.

 

(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 item offered to meet the Government requirement; (ii) price; (iii) past performance.

 

Technical Capability of the item offered to meet the Government requirement and past performance, when combined, are significantly more important than cost or price.

 

(b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).

 

(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.”

 

(x)        The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. 

 

(xi)       The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached.

 

(xii)      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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.

 

(xiii)     The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 

 

(xiv)     Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: 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. 

 

Respondents that believe that they are manufacturers or authorized resellers 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. 

 

Responses to this solicitation must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 

 

Each quote must state whether each item quoted is a domestic and/or foreign end product.

 

All items in the purchase description must be quoted to be considered responsive.

 

The Unique Entity ID from SAM.gov, 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 quotations must be received by 1:00 p.m., EST, on Wednesday September 13, 2023, and reference Solicitation Number 75N95023Q00669-RFQResponses must be submitted electronically to Giuliana Faller, Contract Specialist, giuliana.faller@nih.gov.

 

Fax responses will not be accepted.

 

 

 

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.