Skip to main content

An official website of the United States government

You have 2 new alerts

Cytek Aurora Flow Cytometer and Auto Sampling Loader (ASL)

Looking for contract opportunity help?

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).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Sep 14, 2022 05:22 pm EDT
  • Original Published Date: Sep 12, 2022 11:01 am EDT
  • Updated Date Offers Due: Sep 15, 2022 11:30 am EDT
  • Original Date Offers Due: Sep 15, 2022 11:30 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Sep 30, 2022
  • Original Inactive Date: Sep 30, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 334516 - Analytical Laboratory Instrument Manufacturing
  • Place of Performance:
    Bethesda , MD 20892
    USA

Description

Request for Quotes

Solicitation ID:  RFQ-NIAID-22-2125625

Cytek Aurora Flow Cytometer and Auto Sampling Loader (ASL)

This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 “Streamlined Procedures for Evaluation and Solicitation for Commercial Items,” as applicable, and as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested.  The Solicitation number is RFQ-NIAID-22-2125625 and the solicitation is issued as a Request for Quotes (RFQ).

This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP).  The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07 Effective August 10, 2022.

The North American Industry Classification System (NAICS) code for this procurement is 334516 – Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees.  The Product or Service Code (PSC) is 6640 - Laboratory Equipment and Supplies.  The requirement is being competed as full and open competition, with a brand name restriction, and with a 100% small business set-aside. 

The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein.  By submitting a quote, the offeror is accepting that all government terms and condition shall prevail over the award.  

By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov). 

STATEMENT OF NEED

The purpose of this acquisition is to procure a Cytek Aurora Flow Cytometer and Auto Sampling Loader (ASL) for the Laboratory of Host Immunity and Microbiome (LHIM).  In order to address the scientific questions asked in various fields of study, it is imperative to know which cell types are present in a given experimental sample.  The Cytek Aurora and Auto Sampling Loader is an instrument combination that allows us to discriminate between these cell types by analyzing markers on the cell surfaces which are indicative-of-and-unique-to specific cell types.  This machine will be used by the LHIM to process and analyze human samples on various projects initiated by tenure track investigators under LHIM.

PERIOD OF PERFORMANCE

Delivery is requested as soon as possible.  Estimated lead time for delivery is 60-90 days from date of award which is estimated to be September 30, 2022 through December 31, 2022, if not sooner.

SHIPPING/DELIVERY INSTRUCTIONS

Delivery location is 50 South Drive, Building 50, Room 5518, Bethesda, MD 20892.  The Loading Dock is at semi-truck height.  If the delivery truck is low, a lift gate is REQUIRED for pallet shipments or packages over 50 pounds.  The Loading Dock hours are as follows: 7:30 am - 3:30 pm EST, Monday through Friday except for Federal Holidays.  FOB: Destination.  Due to the COVID-19 environment, offeror must coordinate delivery and receipt with the NIAID customer.  Please contact Ben Ryan at 301-761-6734 for coordination.  Hours and availability may be limited during this period.  All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). 

INSTRUCTIONS

All interested offerors shall provide a quote for the requirement as outlined in Attachment 1 –Bill of Materials, Attachment 2 – Statement of Needs, and Attachment 3 – Justification & Approval Redacted.  The Government may evaluate only those quotes that fully meet the requirements as outlined in the BOM, SON, and J&A and respond to the instructions and requirements below.  Failure to furnish a full and complete quote as instructed may result in the Offeror’s response being considered non-responsive and will therefore be eliminated from further consideration and award.  Vendors shall be an authorized reseller for Cytek products/services.  Documentation showing active authorized reseller status is requested with the quote.  Only bona fide Cytek products/services are acceptable.  All or part of the successful vendor’s quote may be incorporated in any contract resulting from this solicitation.  The successful vendor’s quote may be incorporated by reference. 

Quotes are due by 11:30am EST on September 15, 2022.  Quotes must be emailed to the Contract Specialist, Daveta Brown at Daveta.Brown@nih.gov and the Contracting Officer, Jillian Marconi at Jillian.Marconi@nih.gov.  Late quotes will not be considered.  All responsible sources may submit an offer that will be considered by this Agency.  Any questions or concerns regarding this combined synopsis/solicitation should be emailed to Jillian.Marconi@nih.gov. 

EVALUATION

NIAID will evaluate quotes to determine the best value to the government.  NIAID will make that determination based on technical acceptability, price, and past performance.  NIAID will evaluate price only for those quotes which are rated as technically acceptable.  In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror.

SPECIAL NOTICE TO OFFERORS

Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.

ELECTRONIC INVOICING

The successful offeror may submit an invoice once a shipment is delivered.  NIAID will only accept invoices for units that have been delivered to NIAID.

NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury’s Invoice Processing Platform (IPP).  The Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.  The Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform- information/attachment-files.  The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF).  The Contractor must submit only one invoice per email.  Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer.

REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (SECTION 889)

All quoters shall complete the Representations and Certifications in System for Award Management (SAM).  The SAM website may be accessed at: https://sam.gov/content/home.  Quoters shall complete Section 889 Representation 52.204-26 in SAM.gov or complete and INCLUDE the attached representation with your Quote.

PROVISIONS AND CLAUSES

The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition:

FAR 52.203-18 – Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements – Representations (Jan 2017)

FAR 52.204-7 – System for Award Management (Oct 2018)

FAR 52.204-13 – System for Award Management Maintenance (Oct 2018)

FAR 52.204-16 – Commercial for Government Entity Code Reporting (Aug 2020)

FAR 52.204-18 – Commercial and Government Entity Code Maintenance (Aug 2020)

FAR 52.204-21 – Basic Safeguarding of Covered Contractor Information Systems (Nov 2021)

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 52.209-7 – Information Regarding Responsibility Matters (Oct 2018)

FAR 52.212-1 – Instructions to Offerors – Commercial Products and Commercial Services (Nov 2021)

FAR 52.212-3 – Offeror Representations and Certifications – Commercial Products and Commercial Services (May 2022)

FAR 52.212-4 – Contract Terms and Conditions – Commercial Products and Commercial Services (Nov 2021)

FAR 52.212-5 – Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Products and Commercial Services (May 2022)

FAR 52.232-25 – Prompt Payment (Jan 2017)

FAR 52.232-40 – Providing Accelerated Payments to Small Business Subcontractors (Nov 2021)

FAR 52.242-15 – Stop-Work Order (Aug 1989)

FAR 52.252-2 – Clauses Incorporated by Reference (Feb 1998)

The following Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses apply to this acquisition:

HHSAR 352.203-70 – Anti-lobbying (Dec 2015)

HHSAR 352.208-70 – Printing and Duplication (Dec 2015)

HHSAR 352.222-70 – Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015)

HHSAR 352.223-70 – Safety and Health (Dec 2015)

HHSAR 352.224-71 – Confidential Information (Dec 2015)

HHSAR 352.232-71 – Electronic Submission of Payment Requests (No Date) – FULL TEXT

HHSAR 352.239-73 – Electronic and Information Technology Accessibility Notice (Dec 2015)

HHSAR 352.239-74 – Electronic and Information Technology Accessibility (Dec 2015)

LIST OF ATTACHMENTS

Attachment 1 – Bill of Materials (BOM)

Attachment 2 – Statement of Needs (SON)

Attachment 3 – Justification & Approval (J&A) - Redacted

Contact Information

Contracting Office Address

  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA

Primary Point of Contact

Secondary Point of Contact

History