Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2006 FBO #1725
SOLICITATION NOTICE

66 -- Compact Lab Analysis System

Notice Date
8/15/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ6060
 
Response Due
8/29/2006
 
Archive Date
9/13/2006
 
Description
This is a combined/solicitation Request for Quote for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ6060 and the solicitation is being issued as a Request for Quote. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-12). This acquisition will be processed under Simplified Acquisition Procedures and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure a Compact Lab Analysis System. The purpose of this requirement is to obtain a compact lab analysis system that integrates lasers, optics, fluidics, has a controller and advanced digital signal processing in a 17x20 footprint. The contractor Compact Lab Analysis System must contain IS software, bar code reader, and PC with flat screen monitor. The contractor system must be able to simultaneous assays of up to 100 analytes per well of a microtiter plate. The contractor system must have platform with a low profile microplate interface for walk-away operation and robotic capability. The contractor system must have a sheath delivery system that connects to the 20L sheath container and provides a continual flow of sheath fluid for up to 48 hours of operation. Calibration beads and sheath fluid(1x20L) must be included. The contractor must provide installation, one (1) year warranty and maintenance contract including the following: (1) all cost associated with emergency repair, (2) one preventative maintenance visit, (3) on-site 48 hour response if required, (4) priority scheduling for requests for service, (5) product updates. The contractor must include a multiplex data analysis software which includes manual, two (2) years of free updates, and two (2) separate user licenses. The North American Industry Classification System (NIACS) Code for this acquisition is 334516, and the small-business size standard is 500 employees. This is a firm fixed-price contract and the FOB terms are ?Destination? and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ 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 [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Time (EDT) on Monday, August 28, 2006. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE38E, MSC/2811 Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-0469, or e-mailed to ssmith@niaid.nih.gov. It is the vendor?s responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Shirlene Smith White at 301-402-5770. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01115136-W 20060817/060815220343 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.