Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

Meso Scale Discovery Brand Only: V-PLEX SARS-CoV-2 Panel 23 (IgG) Kit (25 PL) & V-PLEX COVID-19 Coronavirus Panel 2 (IgG) Kit (25 PL)

Process Number RFQ-NIAID-2116599-SB

USA

Dates:


Notice ID:

RFQ-NIAID-2116599-SB

Department/Ind. Agency:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub-tier:

HEALTH AND HUMAN SERVICES, DEPARTMENT OF

Sub Command:

NATIONAL INSTITUTES OF HEALTH NIAID

Office:

NATIONAL INSTITUTES OF HEALTH NIAID

General Information:


All Dates/Times are:

(utc-04:00) eastern standard time, new york, usa

Updated Published Date:

(utc-04:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

apr 12, 2022 01:00 pm edt

Inactive Policy:

manual

Original Inactive Date:

apr 13, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

6509 - drugs and biologicals, veterinary use

Description:


Original Set Aside:

Document Type: Combined Synopsis/Solicitation Solicitation Number: RFQ-NIAID-2116599-SB Posted Date: 04/04/2022 Response Date: 04/12/2022 Set Aside: yes NAICS Code: 325413 Classification Code: 6509 Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5605 Fishers Lane Ste 3A58, Rockville Md 20892 Title: Meso Scale Discovery Brand Only: V-PLEX SARS-CoV-2 Panel 23 (IgG) Kit (25 PL) & V-PLEX COVID-19 Coronavirus Panel 2 (IgG) Kit (25 PL) Description: 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-2116599-SB 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) 2022-04, January 30, 2022. The North American Industry Classification System (NAICS) code for this procurement is 325413, In Vitro Diagnostic Substance, with a size standard of 1250 employees. The requirement is being competed as a total small business ser-aside, with a brand name restriction. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the following Brand Name Supplies: Quantity of 4: CAT# K15567U-4: V-PLEX SARS-CoV-2 Panel 23 (IgG) Kit (25 PL) Quantity of 1: CAT# K15369U-4: V-PLEX COVID-19 Coronavirus Panel 2 (IgG) Kit (25 PL) FOB shipping charges must be included in the quote. Place of Performance: NIH, 9 West Watkins Mill Road, Gaithersburg, MD 20878, United States. FOB: Destination The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following: technical capability to meet the requirements and price. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (NOV 2021) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2021) FAR 52.204-7 System for Award Management (OCT 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements – Representation (JAN 2017) 52.204–26 Covered Telecommunications Equipment or Services-Representation (OCT 2020) *** Must complete representation if attached to this solicitation- see attachment 52.204-26 The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (NOV 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JAN 2022) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (NOV 2021) FAR 52.204-13 System for Award Management Maintenance (OCT 2018) FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (NOV 2021) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (DEC 2015) 52.252-2 -- Clauses Incorporated by Reference. (FEB 1998) 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 this address: http://farsite.hill.af.mil/vffara.htm By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database before the solicitation end date, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than April 12th, 2022 @ 1:00 PM EST Offers may be e-mailed to Jesse Weidow – (jesse.weidow@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2116599-SB). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ jesse.weidow@nih.gov.

Attachments / Links:


Document Size Updated date Download

Contact Information:


5601 FISHERS LANE, SUITE 3D11

BETHESDA , MD 20892

USA

Primary Point of Contacts:

Jesse Weidow