Maryland Bids > Bid Detail

BRAND NAME - Isotherm LN2 Touch Freezer, with Autofill-Monitor System with Gas By-Pass System, Carousel, and Stainless Steel Rack System

Agency: HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Level of Government: Federal
Category:
  • 66 - Instruments and Laboratory Equipment
Opps ID: NBD00159755071905870
Posted Date: Apr 4, 2024
Due Date: Apr 15, 2024
Solicitation No: RFQ-NIAID-24-2212639
Source: https://sam.gov/opp/50908dbf8d...
Follow
BRAND NAME - Isotherm LN2 Touch Freezer, with Autofill-Monitor System with Gas By-Pass System, Carousel, and Stainless Steel Rack System
Active
Contract Opportunity
Notice ID
RFQ-NIAID-24-2212639
Related Notice
Department/Ind. Agency
HEALTH AND HUMAN SERVICES, DEPARTMENT OF
Sub-tier
NATIONAL INSTITUTES OF HEALTH
Office
NATIONAL INSTITUTES OF HEALTH NIAID
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)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2024 02:51 pm EDT
  • Original Date Offers Due: Apr 15, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 30, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6640 - LABORATORY EQUIPMENT AND SUPPLIES
  • NAICS Code:
    • 333415 - Air-Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing
  • Place of Performance:
    Gaithersburg , MD 20878
    USA
Description

Contracting Office Address:



Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, Rockville, MD 20852



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-24-2212639 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) 2023-06 December 04, 2023.





The North American Industry Classification System (NAICS) code for this procurement is 333415 - Air Conditioning and Warm Air Heating Equipment and Commercial and Industrial Refrigeration Equipment Manufacturing with a business size standard of 1250 employees. The requirement is being competed full and open competition, with Brand Name or equal salient characteristics, and with a total small business set-aside.





The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for:



SEE ATTACHED BILL OF MATERIALS FOR PRODUCT DETAILS.



Place of Performance: NIH/NIAID/ 9 W. 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.



By submitting a quote in response to this solicitation, vendor is accepting the following terms and conditions:



The following FAR provisions apply to this acquisition:



FAR 52.212-1 Instructions to Offerors Commercial Items (SEP 2023)



FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (NOV 2023)



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 FAR 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)



FAR 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 2023)



FAR 52-212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (DEC 2023)



*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 (MAR 2023)



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 (December 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 prior to award, 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 15, 2024 @ 10:00 am EST



All quotations and required documents must be submitted via the NIAID electronic Simplified Acquisition Submission System (eSASS) website at https://esass.nih.gov. All vendors must register in the eSASS system to submit a quotation. Instructions on how to register / submit quotes are included on the website. 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.



Description:



BRAND NAME FREEZER WITH STAINLESS STEEL RACK SYSTEM



One Liquid Nitrogen(LN) Freezer that does not allow the LN to contact samples being stored in the tank such as a jacketed LN freezer with a rack system. V-5000ABEH/C Isotherm LN2 Touch Freezer and 3325S-C1000S Rack System , stainless steel 28-rack system for 39-inch diameter Freezer, 15-2 racks.



Must meet requirements of having LN2 that is not exposed to samples and fit into the available space, no larger than 48 inches wide by 56 inches long by 56 inches high.



Where items are manufactured to be included with quote.



Manufacturer’s warranty on freezer and rack system to be included.



FOB SHIPPING DESTINATION



To be delivered inside to lab location, unpacked, and set up.












Attachments/Links
Contact Information
Contracting Office Address
  • 5601 FISHERS LANE, SUITE 3D11
  • BETHESDA , MD 20892
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 04, 2024 02:51 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >