Closed Solicitation · DEPT OF DEFENSE

    BRAND NAME - FISHER SCIENTIFIC/LABCONCO BIOSAFETY CABINET

    Sol. N0017325QGF33Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)WASHINGTON, DC
    Closed
    STATUS
    Closed
    closed Sep 17, 2025
    POSTED
    Sep 9, 2025
    Publication date
    NAICS CODE
    334516
    Primary industry classification
    PSC CODE
    6640
    Product & service classification

    AI Summary

    The US Naval Research Laboratory seeks quotes for a Labconco 6ft. Logic Class II Type A2 Biosafety Cabinet and two adjustable desk chairs. Proposals are due by 3PM Eastern on 9/17/2025. The evaluation will consider technical capability, past performance, and price. Vendors may submit questions until 3PM on 9/12/2025.

    Contract details

    Solicitation No.
    N0017325QGF33
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    September 9, 2025
    Response Deadline
    September 17, 2025
    NAICS Code
    334516AI guide
    PSC / Class Code
    6640
    Primary Contact
    Graham W.J. Fisher
    State
    DC
    ZIP Code
    20375-5328
    AI Product/Service
    both

    Description

    The US Naval Research Laboratory (NRL) requires 1 (one) Labconco 6ft. Logic Class II Type A2 Biosafety Cabinet (US Model with North America plug type), Sash Opening: 25.4 cm,
    Includes: Cabinet, Accessory Package, Base Stand, Energy Consumption:
    420 W, Energy Consumption: 66 W, Height: 61.9 in., Height: 157.2 cm,
    Width Exterior: 78.4 in.
    Vendor Catalog # 302611102

    NRL requires delivery and installation of the Biosafety Cabinet described above.

    NRL also requires two (2) adjustable desk chairs without arm rests.

    Vendors may submit questions concerning the requirement until 3PM on 9/12/2025.  

    Quotes/Proposals are due on 9/17/2025 at 3PM Eastern.

    SECTION V: FAR 52.212-2 - EVALUATION - COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES (NOV 2021) applies to this acquisition.

    (a)  The Government will award a contract resulting from this solicitation to the responsible vendor whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. A Price/Technical Tradeoff analysis of both price and non-price factors will be conducted in evaluating each quote submitted. Trade-off considerations may result in the determination that it is in the best interest of the Government to award to other than the lowest priced Vendor or other than the highest technically rated Vendor. The following factors listed in descending order of importance shall be used to evaluate offers:

    1. TECHNICAL CAPABILITY:

    The Government will evaluate quotes based on how well the proposed product(s)s meet the requirement of the Specifications Attachment.

    For the purpose of evaluation, Technical Acceptability is defined as meeting all physical, functional, performance, and any other terms and conditions specified in the solicitation and its attachment(s).

    General statements, that the offeror can or will comply with the requirements, that standard procedures will be used, that well known techniques will be used, or that paraphrases the RFQ's specifications in whole or in part, will not constitute compliance with the mandatory requirements concerning the content of the technical proposal.

    The following table of technical requirements define specific value to the Government. Each requirement will be assessed an adjectival rating of Superior, Acceptable or Unacceptable, based on whether the information submitted both meets and exceeds specifications, meets specifications, or does not meet specifications.

    Superior

    S

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications AND EXCEEDS some specifications.  

    Acceptable

    A

    The proposal contains no deficiencies or weaknesses.  Based on information provided, the offeror demonstrates an understanding of the specifications required and MEETS all specifications.  

    Unacceptable 

    U

    The proposal contains deficiencies, weaknesses, or omissions. Proposal fails to provide a reasonable, logical approach to fulfilling the government's requirements.   Based on information provided, the proposal DOES NOT MEET all specifications.

    2. PAST PERFORMANCE – RISK ANALYSIS

    In Accordance With (IAW) DFARS 252.204-7024, the Supplier Performance Risk System (SPRS) will be used in the evaluation of the Offeror’s performance.

    SPRS risk assessments will be considered during the evaluation of quotations / offers received in response to this solicitation, as follows:

                  (1)  Item risk will be considered to determine whether the procurement represents a high performance risk to the Government.

                  (2)  Price risk will be considered in determining if a proposed price is consistent with historical prices paid for a product or a service or otherwise creates a risk to the Government.

                  (3)  Supplier risk, including but not limited to quality and delivery, will be considered to assess the risk of unsuccessful performance and supply chain risk.

    • Ratings:

    Low Risk: SPRS Supplier Risk Score of Blue, Purple, or Green, indicating a higher score in SPRS and are therefore, considered to have a lower risk of poor contract performance.

    High Risk: SPRS Supplier Risk Score of Yellow or Red, indicating a lower score in SPRS and are therefore, considered to have a higher risk of poor contract performance

    Neutral: Offerors or quoters without a risk assessment in SPRS shall not be considered favorably or unfavorably. 

    3. PRICE

    The Government anticipates making a determination of fair and reasonable price based on competitive quotes and price risk data provided in SPRS. If only one response is received, the Government may use other methods as described at 13.106-3(a)(2).

     (b) Award on Initial Responses; Exchanges with Best-Suited Contractor

    The Government anticipates selecting the best-suited contractor from initial responses, without engaging in exchanges with vendors. Vendors are strongly encouraged to submit their best technical solutions and price in response to this RFQ. However, the Government may engage in limited exchanges to clarify certain aspects of quotes. Once the Government determines the contractor that is the best-suited (i.e., the apparent successful contractor), the Government reserves the right to communicate with only that contractor to address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor. These issues may include technical and price. If the parties cannot successfully address any remaining issues, as determined in the sole discretion of the Government, the Government reserves the right to conduct exchanges with the next best-suited contractor and address any remaining issues and revise quotes, if necessary, and finalize an award with that contractor.

    (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror, within the time for acceptance specified in the offer, shall result in a binding contract, without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.

    Key dates

    1. September 9, 2025Posted Date
    2. September 17, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    BRAND NAME - FISHER SCIENTIFIC/LABCONCO BIOSAFETY CABINET is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.