One (1) QIAcube Connect MDx or equal instrument
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: Sep 02, 2022 03:25 pm EDT
- Original Date Offers Due: Sep 16, 2022 04:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 01, 2022
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
- NAICS Code:
- 334516 - Analytical Laboratory Instrument Manufacturing
- Place of Performance: Wright Patterson AFB , OH 45433USA
Description
GENERAL STATEMENT:
This is a combined synopsis/solicitation for commercial items issued by the Air Force Research Laboratory/PZLEQ, Wright-Patterson Air Force Base, Ohio. This announcement constitutes the only solicitation being issued for the requirement described herein.
SOLICITATION INFORMATION
Solicitation Number: COMBO-AFRL-PZLEQ-2022-0021
[X] Request for Quotation (RFQ) [ ] Request for Proposal (RFP) [ ] Invitation for Bid (IFB)
REGULATION IDENTIFICATION:
This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07 Effective 10 August 2022.
NOTICE OF SMALL BUSINESS SET-ASIDE:
Set-aside Type
100% Small Business set-aside
NAICS Size Standard
334516, 1000 Employees
LISTING/DESCRIPTION OF ITEMS:
One (1) QIAcube Connect MDx or equal instrument:
1. System must perform automated isolation and purification of nucleic acids in molecular diagnostic and/or molecular biology applications.
2. System must offer two software environments for specific user needs: IVD mode (for validated IVD applications) or Research mode (for research applications).
3. System must perform automated DNA, RNA and protein sample processing for a large range of clinical sample types.
4. System must provide UV light decontamination for worktable decontamination.
5. System must provide traceability and process control including run reports that show the important information for experiments, such as kit expiration dates, sample status, sample location and instrument maintenance information.
6. System must include functionality to allow for multiple user accounts.
7. System must feature touchscreen capability.
8. System must enable purification of nucleic acids or proteins using a simple lysis, bind, wash and elute procedure.
9. System must process up to 12 samples, include: 3 tip/enzyme racks, a sample tube holder/shaker, bottle racks for reagents, a robotic arm with sensors and a UV light for decontamination.
10. Hardware must be in benchtop design.
11. System must come with a starter pack of filter tips, reagent bottles, rotor adapters, elution tubes, and rotor adapter holder.
DELIVERY INFORMATION:
FOB: [X] Destination
[ ] Origin
Place of Delivery:
Building 840, Area B
2510 Fifth Street
Wright-Patterson AFB, Ohio 45433-5001
Requested Date of Delivery:
90 Days ACA
INSTRUCTIONS TO OFFERORS:
The provision at FAR 52.212-1, Instructions to Offerors – Commercial (Jun 2020), applies to this acquisition.
Addenda:
If the offeror is submitting an equal product for evaluation, documentation demonstrating equal capabilities to the specified brand name is required (e.g. product literature, specification documentation).
EVALUATION OF OFFERS:
The provision at FAR 52.212-2, Evaluation -- Commercial Items (Oct 2014), will be used to evaluate quotes received.
The Government will award a contract resulting 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 offers:
(1) Technical Acceptability
(a) In order for this quote to be considered “Technically Acceptable” it must meet all of the requirements in the item description.
Offerors shall assume that the Government has no prior knowledge of its facilities, capabilities, and experience and will base the evaluation solely on the information presented in the Offeror’s proposal.
The Government reserves the right to award all, some, or none, of the items listed in this solicitation. The Government reserves the right to resolicit if results garner only one qualifying quote, if it’s determined to be in the best interests of the Government.
OFFEROR REPRESENTATIONS AND CERTIFICATIONS:
Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (Feb 2021), with your quote.
- If offeror has completed annual representations and certifications in System for Award Management (SAM), then only paragraph (b) needs to be submitted with quote.
- If offeror has not completed annual representations and certifications in SAM then paragraphs (c-v) need to be submitted.
CONTRACT TERMS & CONDITIONS:
The clause at FAR 52.212-4, Contract Terms and Conditions -- Commercial Items (Oct 2018), applies to this acquisition.
Addenda:
N/A
REQUIRED TERMS & CONDITIONS TO IMPLEMENT STATUTES OR ORDERS:
The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items (Jan 2021), applies to this acquisition.
The following clauses are incorporated via paragraph (b) and considered applicable to this acquisition:
FAR 52.219-6: Notice of Total Small Business Set Aside
FAR 52.219-28: Post Award Small Business Program Representation
FAR 52.222-3: Convict Labor
FAR 52.222-19: Child Labor-Cooperation with Authorities and Remedies
FAR 52.222-21: Prohibition of Segregated Facilities
FAR 52.222-26: Equal Opportunity
FAR 52.222-50: Combating Trafficking in Persons
FAR 52.223-18: Encouraging Contractor Policies to Ban Text Messaging While Driving
FAR 52.225-1: Buy American--Supplies
FAR 52.225-13: Restrictions on Certain Foreign Purchases
FAR 52.232-33: Payment by Electronic Funds Transfer- System for Award Management
ADDITIONAL CONTRACT REQUIREMENTS:
(1) Offeror shall include all warranty requirements and documentation with quote.
(2) Offerors shall identify how long the quote is valid for.
Additional provisions and clauses applicable to this requirement:
FAR 52.203-19: Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements
FAR 52.204-7: System for Award Management
FAR 52.204-13: System for Award Management Maintenance
FAR 52.209-6: Protecting the Government's Interest When Subcontracting With Contractors Debarred, Suspended, or Proposed for Debarment
FAR 52.211-6: Brand Name or Equal
FAR 52.232-39: Unenforceability of Unauthorized Obligations
FAR 52.232-40: Providing Accelerated payments to Small Business Subcontractors
FAR 52.246-16: Responsibility for Supplies
FAR 52.247-34: F.O.B. Destination
FAR 52.252-1: Solicitation Provisions Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
FAR 52.252-2: Contract Clauses Incorporated by Reference
(Fill-in Text)
- https://www.acquisition.gov/
DFARS 252.203-7000: Requirements Relating to Compensation of Former DoD Officials
DFARS 252.203-7002: Requirement to Inform Employees of Whistleblower Rights
DFARS 252.203-7005: Representation Relating to Compensation of Former DoD Officials
DFARS 252.204-7003: Control of Government Personnel Work Product
DFARS 252.204-7004, Alt A: System for Award Management Alternate A
DFARS 252.204-7011: Alternative Line Item Structure
DFARS 252.204-7015: Notice of Authorized Disclosure of Information for Litigation Support
DFARS 252.211-7003: Item Unique Identification and Valuation
DFARS 252.225-7001: Buy American and Balance of Payments Program
DFARS 252.225-7002: Qualifying Country Sources as Subcontractors
DFARS 252.225-7048: Export-Controlled Items
DFARS 252.232-7003: Electronic Submission of Payment Requests
DFARS 252.232-7006: Wide Area Workflow Payment Instructions
DFARS 252.232-7010: Levies on Contract Payments
DFARS 252.225-7012: Preference for Certain Domestic Commodities
DFARS 252.243-7001: Pricing of Contract Modifications
DFARS 252.244-7000: Subcontracts for Commercial Items
AFFARS 5352.201-9101: Ombudsman
(Fill-in Text)
Ms. Rosalind Harper (Primary)
Mr. Steven Ewers (Alternate)
1864 4th Street
WP AFB OH 45433
Phone: (937) 904-9700
FAX: (937) 656-7321
afrl.pk.workflow@us.af.mil
DPAS APPLICABILITY:
This requirement is not applicable to the Defense Priorities and Allocations System (DPAS).
SOLICITATION CLOSING INFORMATION:
Quotes are due by: 16 September 2022, @ 4:00 PM Eastern Time.
Quotes must be received by the closing date stated above. Submit quotes by email.
POINT OF CONTACT:
The point of contact for this acquisition for any questions and for submission of quotes is:
Name: Joseph Hicks
Title: Contract Specialist
Email: joseph.hicks.15@us.af.mil
Attachments/Links
Contact Information
Contracting Office Address
- CP 937 713 9906 2130 8TH ST BLDG 45
- WRIGHT PATTERSON AFB , OH 45433-7541
- USA
Primary Point of Contact
- Joseph Hicks
- joseph.hicks.15@us.af.mil
Secondary Point of Contact
History
- Oct 01, 2022 11:56 pm EDTCombined Synopsis/Solicitation (Original)