Skip to main content

An official website of the United States government

You have 2 new alerts

Console Freezer Dryer

info alert

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: Solicitation (Updated)
  • Updated Published Date: Jul 07, 2023 01:39 pm EDT
  • Original Published Date:
  • Requirements Strategy:
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Jul 26, 2023
  • Original Inactive Date:
  • Authority:
  • Fair Opportunity / Limited Sources Justification Authority:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Updated Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Jamaica , NY 11433
    USA

Description

1. Contracting Office Address: 4041 Powder Mill Road, Adelphi, MD, 207052

2. Solicitation Number: FDARFQ-23-Q-1266657

3. Subject: High Performance Lab Freezer/Incubators

4. Classification Code: J066

5. NAICS Code: 334516

6. Response Date: 11:59pm ET on 7/6/2023 due via email to the Primary Point of Contact listed in the sam.gov webpage for this combined synopsis-solicitation.

7. Description:
(i) Disclaimer: This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additionalinformation included in this notice. This announcement constitutes the only solicitation;proposals are being requested and a written solicitation will not be issued.

(ii) This acquisition is issued as a Request for Quote (RFQ).

(iii) The solicitation document and incorporated provisions and clauses are those ineffect through Federal Acquisition Circular 2023-04 dated June 2nd.

(iv) For purposes of this acquisition, the associated NAICS code is 334516. The small business size standard is 1000 employee(s). This action is being solicited as Competitive Small Business Set-Aside.

(v) Line-Item Structure: The following is a list of line-item number(s) and items,quantities, and units of measure, (including option(s), if applicable) and should bereflected in the Offeror’s quote/proposal:

0001: High Performance Lab Freezer – one unit which includes delivery and installation.
0002: Incubators – two units which includes delivery and installation.

(vi) Specifications/Requirement: See attached Requirements Document.

(vii) Delivery: Delivery to include transportation to the destination site at vendor’s cost, installation and testing are expected within 90 days of award with one year of corrective maintenance.

The High-Performance Lab Freezer and the two Incubators will be delivered and installed at:

Food and Drug Administration,
New York Laboratory Medical Products
158-15 Liberty Avenue
Jamaica, NY 11433-1034

Acceptance shall be performed at the Destination. The FOB point is the Destination.

(viii) The provision at 52.212-1, Instructions to Offerors – Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision:

In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong.

(ix) Evaluation Criteria - The specific evaluation criteria to be used are as follows:
The Government intends to award to the Contractor whose offer meets the minimum specifications while providing the lowest price. This action will be evaluated on a Lowest Price Technically Acceptable (LPTA) basis.

(x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer.

(xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause: N/A

(xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable:

52.204-10, REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (JUN 2020)
52.219-4, NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2022) (if the offeror elects to waive the preference, it shall so indicate in its offer)
52.219-6, NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2020)
52.219-28, POST AWARD SMALL BUSINESS PROGRAM REPRESENTATION (MAR 2023)
52.222-3, CONVICT LABOR (JUN 2003)
52.222-19, CHILD LABOR-COOPERATION WITH AUTHORITIES AND REMEDIES (DEC 2022)
52.222-21, PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26, EQUAL OPPORTUNITY (SEP 2016)
52.222-36, EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-50, COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.223-18, ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (JUN 2020)
52.225-13, RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)
52.232-33, PAYMENT BY ELECTRONIC FUNDS TRANSFER SYSTEM (OCT 2018)
 

(xiii) The following additional contract requirement(s) or terms and conditions apply:

52.204-7, SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-13, SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-16, COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-18, COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-24, REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-25, PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.232-40, PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (MAR 2023)
352.222-70, CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015)
352.232-71, ELECTRONIC SUBMISSION OF PAYMENT REQUESTS
352.239-73, ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 2015)
 

(xiv) This acquisition is rated under the Defense Priorities and Allocations System(DPAS) as N/A

(xv) Date, Time, and Place offers are due: 11:59pm ET on 7/6/2023 due via email to Carole Edwards at carole.edwards@fda.hhs.gov.

(xvi) Name and Telephone Number of the Individual to Contact for Information Regarding the Solicitation: Carole Edwards, (301) 838-7586.

Contact Information

Primary Point of Contact

Secondary Point of Contact

History