National Institutes Of Health Tender
National Institutes Of Health Tender
Costs
Summary
Opera Phenix Plus High-content Screening System (or Equal)
Description
(i) This Is A Combined Synopsis/solicitation For Commercial Products 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 Products And Commercial Services; And Far Part 12—acquisition Of Commercial Products And Commercial Services And Is Expected To Exceed The Simplified Acquisition Threshold. (ii) The Solicitation Number Is 75n95025q00083-rfq And The Solicitation Is Issued As A Request For Quotation (rfq). this Acquisition Is For A Commercial 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 Products And Commercial Services; And Far Part 12—acquisition Of Commercial Products And Commercial Services 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 2025-03, With Effective Date January 17, 2025. (iv) The Associated North American Industry Classification System (naics) Code Is 334516 – Analytical Laboratory Instrument Manufacturing 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 Purchase Of A High-content Imaging System For The Ipsc Neurodegenerative Diseases Initiative (indi) Project Within The Center For Alzheimer’s Disease And Related Dementias (card). The System Must Be Suitable For Cellular Analysis And Capable Of Image Thick Samples Such As Organoids And Tissue Slices. It Must Be Ahigh-throughput Microplate Confocal Imagerdesigned Forhigh-content Assays.it Must Be Able To Acquire, Analyze, And Manage Fluorescence, Brightfield, And Digital Phase Contrast Images.the Contractors Shall Provide One (1) Opera Phenix Plus(or Equivalent) And All Required Accompaniments. For Reference, The Opera Phenix Plus System Salient Characteristics That Brand Equal Products Must Meet Includes The Following Product/part Numbers: Hh14001001, Hh14000122, Hh14000303, Hh14000344, Hh14000050, Hh14000793, Hh14001603, Hh20200011, Hh14000421, Hh14000423, Hh14000403, Hh14000407, Hh14000408, Hh20110151, Hh14000422, And Hh14000750. (vi) See Purchase Description Attached (attachment 1). The System Shall Meet Or Exceed The Technical Specifications Identified In The Purchase Description. All Items Must Be New. Used Or Remanufactured Equipment Will Not Be Considered For The Award. Experimental, Prototype, Or Custom Items Will Not Be Considered. All Deliveries Required Under This Contract Shall Be Packaged, Marked, And Shipped In The Original Manufacturer’s Packaging And Include All Original Documentation And Software, When Applicable. (vii) The Government Anticipates Awarding A Firm Fixed-price Purchase Order For This Acquisition.delivery Will Be F.o.b Destination. The Place Of Delivery And Acceptance Will Be 9000 Rockville Pike, Bethesda, 20852. (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 https://www.acquisition.gov/caac-letters (end Of Provision) the Following Far 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 52.204-29, Federal Acquisition Supply Chain Security Act Orders – Representation And Disclosures (dec 2023). far 52.211-6 Brand Name Or Equal (aug 1999). far 52.212-1, Instructions To Offerors-commercial Commercial Product Or Commercial Service (sept 2023). far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) (deviation Feb 2025) Caac_letter_2025-01_supplement-1.pdf And Caac_letter_2025-02_supplement-1.pdf. 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 https://www.acquisition.gov/caac-letters (end Of Clause) the Following Far/hhsar 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 Product Or Commercial Service (nov 2023). hhsar 352.222-70, Contractor Cooperation In Equal Employment Opportunity Investigations (dec 2015). the Following Far/hhsar Provisions And Clauses Apply To This Acquisition And Are Attached In Full Text. Offerors Must Complete The Provisions At Far 52.204-24, 52.204-26 And 52.225-6 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). (attachment 2) far 52.204-26 Covered Telecommunications Equipment Or Services-representation (oct 2020) – If Not Included In The Current Www.sam.gov Registration. (attachment 3) far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Product Or Commercial Service (jan 2025) (deviation Feb 2025) Per Caac Letters 2025-01 And 2025-02, Far 52.222-21, Prohibition Of Segregated Facilities And Far 52.222-26 - Equal Opportunity Will Not Be Considered When Making Award Decisions Or Enforce Requirements. (attachment 4) far 52.225-6, Trade Agreements Certificate (feb 2021) – If Not Included In The Current Www.sam.gov Registration. (attachment 5) hhsar 352.239-78, Information And Communication Technology Accessibility Notice (feb 2024) (deviation). (attachment 6) hhsar 352.239-79, Information And Communication Technology Accessibility Notice (feb 2024) (deviation). (attachment 7) far Deviation Statement: The Caac Letter 2025-01-supplement 1 And Caac Letter 2025-02-supplement 1 Are Applicable To This Acquisition. system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Contracting Officers Will Not Consider These Representations When Making Award Decisions Or Enforce Requirements. Entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. the Mentioned Caac Letters May Be Accessed Electronically At This Address: Caac Letters | Acquisition.gov. the Following Invoice Instruction Is Included And Will Be Incorporated In The Final Award: invoicing Instructions With Ipp (mar 2023). (attachment 8) (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; (b) Price, And (c) Past Performance [see Far 13.106-2(b)(3)]. Technical Capability And Past Performance, When Combined, Are Significantly More Important Than Price. a Written Notice Of The Award Of 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 The Award. (x) Offerors Must Include A Completed Copy Of The Provision At Far Clause 52.212-3, Offeror Representations And Certifications-commercial Commercial Product Or Commercial Service (may 2024) (deviation Feb 2025), 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. See Deviation Statement Above Regarding Applicable Caac Letters. (xi) There Are No Additional Contract Requirements Or Terms And Conditions Applicable To This Acquisition. (xii) The Defense Priorities And Allocations System (dpas) Are Not Applicable To This Requirement. (xiii) 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 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 Unique Entity Id (uei) 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 5:00 P.m., Eastern Time On March 18, 2025, And Reference Solicitation Number 75n95025q00083. Responses Must Be Submitted Electronically To Iris Merscher, Contract Specialist, At Iris.merscher@nih.gov.
Contact
Tender Id
75N95025Q00083-RFQTender No
75N95025Q00083-RFQTender Authority
National Institutes Of Health ViewPurchaser Address
-Website
https://www.nih.gov