TSQ Altis Plus Triple Stage Quadrupole Mass Spectrometry equipment
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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 (Original)
- Original Published Date: Jan 04, 2022 12:06 pm EST
- Original Date Offers Due: Jan 22, 2022 08:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 06, 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: MDUSA
Description
STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS
COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION
Title: TSQ Altis Plus Triple Stage Quadrupole Mass Spectrometry equipment
(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 75N95022Q00010 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 2021-07, with effective date September 10, 2021.
(iv) The associated NAICS code 334516 and the small business size standard is 1,000 employees. This requirement is full and open competition.
(v) This requirement is for the following item:
TSQ Altis Plus Triple Stage Quadrupole Mass Spectrometry equipment. See attached Purchase Description for additional details. This is a Thermo Fisher Brand Name or Equal requirement.
(vi) The Government anticipates award of a firm fixed-price purchase order for this
acquisition, and the anticipated delivery date is within six (6) months after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be National Institute on Aging, 251 Bayview Boulevard, Baltimore MD 21224.
(vii) 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:
- FAR 52.204-7, System for Award Management (Oct 2018)
- FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020)
- FAR 52.211-6, Brand Name or Equal (Aug 1999)
- FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021)
- FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021)
- FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) Alternate I
- HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015)
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:
- FAR 52.204-13, System for Award Management Maintenance (Oct 2018)
- FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020)
- HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
The following provisions and clauses apply to this acquisition and are incorporated as an attachment. Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal.
The following provisions and clauses apply to this acquisition and are attached in full text:
- 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 (Nov 2021)
- Invoice Instructions
(viii) 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.
Technical capability and past performance, when combined, are significantly more important than price.
(x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer.
(xi) There are no additional contract requirement(s) 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 Dun & Bradstreet Number (DUNS), 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 8:00 a.m., Eastern Daylight/Standard Time, on Wednesday, January 19, 2022, and reference Solicitation Number 75N95022Q00010. Responses must be submitted electronically to Jeanette Russell, Contract Specialist, Jeanette.Russell@nih.gov.
Fax responses will not be accepted.
(xv) The name and telephone number of the individual to contact for information regarding the solicitation:
Jeanette Russell, Contract Specialist
301-827-5140
Jeanette.Russell@nih.gov
Attachments/Links
Contact Information
Contracting Office Address
- c/o 3WFN MSC 6012 301 N Stonestreet Ave
- Bethesda , MD 20892
- USA
Primary Point of Contact
- Jeanette Russell
- Jeanette.Russell@nih.gov
- Phone Number (301) 827-5140
Secondary Point of Contact
History
- Feb 03, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Updated)
- Jan 04, 2022 12:06 pm ESTCombined Synopsis/Solicitation (Original)
- Nov 30, 2021 11:56 pm ESTSources Sought (Original)