Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 16, 2020 SAM #6835
SOLICITATION NOTICE

66 -- Procurement of an Agilent brand name only Capillary Electrophoresis System

Notice Date
8/14/2020 6:28:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
DEPT OF COMMERCE NIST GAITHERSBURG MD 20899 USA
 
ZIP Code
20899
 
Solicitation Number
1333ND20QNB640599
 
Response Due
8/28/2020 10:00:00 AM
 
Archive Date
09/12/2020
 
Point of Contact
Erik Frycklund, Phone: 3019756176
 
E-Mail Address
erik.frycklund@nist.gov
(erik.frycklund@nist.gov)
 
Description
COMBINED SYNOPSIS/SOLICITATION ������������� ��������Procurement of an Agilent brand name only Capillary Electrophoresis System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 � Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. �� The due date for quotation is August 28th, 1:00pm EST �������� This solicitation is a Request for Quotations (RFQ).� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-07 effective August 3rd, 2020. The associated North American Industrial Classification System (NAICS) code for this procurement shall be 334516 - Analytical laboratory instrument manufacturing with a small business size standard of 1000 employees.� �� This acquisition is being procured as a Brand Name only, unrestricted full and open competition.� In support of the scientific mission of the Materials Measurement Science Division and NIST, the Surface and Trace Chemical Analysis Group conducts research in trace level identification and quantification of inorganic and organic compounds critical to contraband detection and forensic science programs (e.g., explosives and drugs). Performance of this and related tasks requires a capillary electrophoresis system for more reproducible and rapid quantification of compounds (i.e., small molecules such as explosives and drugs) than is achievable using an existing aging separation system and will additionally allow for the differentiation of drug isomers that cannot be accomplished using existing separation systems. To interface with current process workflows, capabilities, and instrumentation, the capillary electrophoresis system must be compatible with vial-based sample introduction and have the potential for coupling in-line with atmospheric pressure inlet mass spectrometry. Brand Name only justification is based on: �To achieve the necessary compatibility with existing NIST owned Agilent products, the Agilent Technologies 7100A capillary electrophoresis system is required. ��The Agilent Technologies 7100A capillary electrophoresis instrument is the only system identified in extensive market research to meet all of NIST�s needs. No other product meets the requirements for a capillary-based system able to electrophoretically separate small explosive and drug molecules, is compatible with vial-based samples, and enables coupling with NIST owned mass spectrometry equipment. �� Responsible quoters shall provide pricing for the following Line Item: Line Item 0001: Agilent Technologies G7100A Capillary Electrophoresis System meeting the requirements within the attached Requirements document. Factory remanufactured systems are acceptable to be quoted. DELIVERY The items shall be shipped F.O.B. Destination to: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY 100 Bureau Dr. Gaithersburg, MD. 20899 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. ACCEPTANCE CRITERIA AND PAYMENT Government Acceptance: Acceptance will occur after the Government Technical Point of Contact has confirmed that all minimum requirements in this document have been met. Payment: Advance payment is not authorized. Partial Payments are not authorized. The contractor may submit and invoice after Government acceptance has occurred. Questions regarding this Synopsis/Solicitation can be emailed to erik.frycklund@nist.gov EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically acceptable means that the Contractor�s provide equipment meeting the minimum requirements in the requirements document.�� Price will be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is consistent with the technical portion of the quotation and is a fair and reasonable overall price to the Government. The Contracting Officer may, if necessary, request revised quotation(s) prior to award.� REQUIRED SUBMISSIONS All Contractors shall submit the following: For the purpose of evaluation of Technical Acceptability: Quoters shall provide documentation that demonstrates the quoted product�s ability to meet or exceed the minimum specifications in accordance with the requirements document.� For the purpose of Price: Quoters shall provide firm-fixed price quotations for Line Items Quoters shall include a completed copy of all required solicitation provisions contained in the attached Applicable Provisions/Clauses document (required provisions are highlighted) Any award resulting from this solicitation will contain the following statement: �The Government�s terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government�s and contractor�s terms and conditions, the Government�s terms and conditions take precedence.�� If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state �The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:� [Contractor shall list exception(s) and rationale for the exception(s)].� It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation.� If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor�s acceptance of the Government�s terms and conditions for inclusion into the resultant purchase order as prevailing.� Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov in order to be technically evaluated.� Offerors may propose another item but must include with their proposal documentation that demonstrates that it meets the specifications.� Documentation must include drawings, diagrams, brochures or other literature that demonstrates these minimum requirements. Failure to provide documentation will cause the proposal to be unacceptable. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC).� If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price.� However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor�s FSS or GWAC contract, and the statement required above shall be included in the quotation; PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. �The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Requirements Document 2. Applicable Clauses & Provisions
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a0febbd0897d44059d1c1cface66622b/view)
 
Record
SN05759263-F 20200816/200814230158 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.