Agency: | HEALTH AND HUMAN SERVICES, DEPARTMENT OF |
---|---|
State: | Maryland |
Type of Government: | Federal |
Category: |
|
Posted: | Apr 22, 2024 |
Due: | Apr 29, 2024 |
Solicitation No: | 75N95024Q00190 |
Publication URL: | To access bid details, please log in. |
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
COMPETITIVE COMBINED SYNOPSIS / SOLICITATION
Title: Benchtop Confocal Microscopy System
(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 75N95024Q00190 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; FAR Subpart 13.5— Simplified Procedures for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.
(iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2024-03, with effective date 02/23/2024.
(iv) The associated NAICS code 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions.
(v) This requirement is for the following items:
Quantity one (1) - Benchtop confocal microscopy system
(vi) See Attached Purchase Description for additional details.
(vii) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within ninety (90) days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be Bethesda, MD 20892.
(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 and 52.204-26 and submit completed copies as separate documents with their proposal.
(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 [see FAR 13.106-2(b)(3)].
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) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Feb 2024), 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 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.
(xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
(xii) 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.
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 3:00 p.m., Eastern Time, on April 29, 2024, and reference Solicitation Number 75N95024Q00190. Responses must be submitted electronically to Samson Shifaraw, Contracts Specialist, at samson.shifaraw@nih.gov.
Apr 29, 2024 | [Combined Synopsis/Solicitation (Updated)] Benchtop confocal microscopy system |
With GovernmentContracts, you can:
Follow USCG SBPL OTH LEVER, REMOTE CONTROL Active Contract Opportunity Notice ID 70Z04024QOTHREM
Federal Agency
Bid Due: 11/28/2024
Follow PAD Medical Coders and Transcription Services Active Contract Opportunity Notice ID HT001424R0004
Federal Agency
Bid Due: 11/17/2024
Follow BPA - IT and Telecom PSC 7E20 Active Contract Opportunity Notice ID
Federal Agency
Bid Due: 11/11/2028
Follow BPA - Alarm, Signal and Security Detection Systems PSC 6350 Active Contract
Federal Agency
Bid Due: 11/11/2028