Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 08, 2006 FBO #1747
SOLICITATION NOTICE

66 -- SHUR/Mark labeler and hopper

Notice Date
9/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd. EPS Suite 600, Rockville, MD, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-60199-NG
 
Response Due
9/15/2006
 
Archive Date
9/30/2006
 
Description
THIS IS A COMBINED SYNOPSIS SOLICITATION WHICH CONSTITUTES THE ONLY SOLICITATION. A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. The National Cancer Institute (NCI) plans to procure Triangle Biomedical Sciences: SHUR/Mark Cassette Labeler with collection guide chute (model number TBS-SMC-B), SHUR/Mark 4 Position hopper accessory (model number TBS-SM-EHA), and SHUR/Mark Slide Labeler (model number TBS-SMC-S) or equal. This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12, under the authority to use simplified procedures for commercial requirements as provided in FAR 13. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. This solicitation: No. RFQ-NCI-60199-NG includes all applicable provisions and clauses in effect through FAR FAC 05-12 (August 2006) simplified procedures for commercial items. Statement of Work: Contractor shall provide a quantity of one (1) each: Triangle Biomedical Sciences SHUR/Mark Cassette Labeler with collection guide chute (model number TBS-SMC-B), SHUR/Mark 4 Position hopper accessory (model number TBS-SM-EHA), and SHUR/Mark Slide Labeler (model number TBS-SMC-S) or equal: 1 A: The following salient characteristics apply: SHUR/Mark Cassette Labeler with collection guide chute: Quantity of one (1) Model number: TBS-SMC-B 1) Elevation platform 2) One collection hopper 3) Unobstructed viewing and convenient accessibility of up to 50 cassettes 4) Two 50-caps, dispensing hoppers 5) One dual position cassette hopper loading platform 6) Windows advance software 7) RS232 Serial connecting cable, power cord, and operations manual. 8) Includes formatting software that is compatible with SoftPath? LIS interface. B: The following salient characteristics apply: SHUR/Mark 4 position hopper accessory: Quantity of (one) Model number: TBS-SM-EHA 1) Expands SHUR/Mark cassette instrument from two hopper position to six 2) Compatible with SMC-B; 4 hopper accessory, 4 reusable metal dispensing hoppers, and elevation platform and cabling. C. The following salient characteristics apply: SHUR/Mark Slide Labeler with 72 capacity hopper to hopper: Quantity of one (1) Model number: TBS-SMC-S 1) Collection system: dust extraction vacuum system, and 32 bit advanced software 2) Includes two 72 bit capacity dispensing hoppers 3) Two 72 capacity collection hoppers 4) Specifications: (10L x 13D x 22H) 115V 60Hz. 5) Pentium processor 32meg/Ram 6) Includes 1 pack (5/pk) diamond styluses. 7) Includes 1 RS232 cable connector 8) Includes formatting software that is compatible with SoftPath? LIS interface. 2 Delivery: Contractor shall deliver the item within thirty (30) days after award to: NIH/NCI Bethesda, Maryland 20892. Upon delivery, contractor must notify the NCI Project Officer to schedule the delivery date and time. 3 Installation: Contractor shall install the equipment and have ready to use within seven (7) days after delivery. Contractor will provide consultation with information technology staff at NIH to assist with optimization of Laboratory Information System interface purchased through Soft Path ? within seven (7) days of interface installation. 4 Training: Contractor shall provide training (at no additional cost to the Government) on proper use of equipment, software and related use for three (3) NCI researchers at above location within one week of installation. 5 Payment: Payment shall be made after delivery and installation of equipment, upon Government acceptance. Basis for Award Offerors must provide descriptive literature that demonstrate their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror with the lowest price offer that fully meets the requirements of the solicitation. System must be compatible with Laboratory Information System interface purchased through Soft Path ?. The software and process for labeling slides and cassettes must be smooth and efficient and capable of integration with laboratory processes. Equipment demonstration may be required for onsite evaluation. 52.211-6 ?? Brand Name or Equal (Aug 1999) (a) If an item in this solicitation is identified as ??brand name or equal,?? the purchase description reflects the characteristics and level of quality that will satisfy the Government?s needs. The salient physical, functional, or performance characteristics that ??equal?? products must meet are specified in the solicitation. (b) To be considered for award, offers of ??equal?? products, including ??equal?? products of the brand name manufacturer, must (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by; (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate ??equal?? products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an ??equal?? product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). Mark any descriptive material to clearly show the modification. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1, INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS FOR SIMPLIFIED ACQUISITION; FAR 52.212-3, OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS-WITH DUNS NUMBER ADDENDUM, FAR 52.212-4, CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES, OR EXECUTIVE ORDERS-COMMERCIAL ITEMS-FOR SIMPLIFIED ACQUISITION. The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR 52.222-26; EQUAL OPPORTUNITY; FAR 52.222.35, AFFIRMATIVE ACTION FOR DISABLED VETERANS AND VETERANS OF THE VIETNAM ERA; FAR 52.222-36, AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES; FAR 52.222-37, EMPLOYMENT REPORTS ON DISABLED VETERANS AND VETERANS OF VIETNAM ERA; FAR 52.225-3, BUY AMERICAN ACT SUPPLIES; AND 52.232-34, PAYMENT BY ELECTRONIC FUNDS TRANSFER-OTHER THAN CENTRAL CONTRACTING REGISTRATIONS. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://amb.nci.nih.gov or from Malinda Holdcraft, Contract Specialist at holdcram@exchange.nih.gov. OFFERS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with Duns Number Addendum, signed by an authorized representative of the offeror, OR provide a copy of the certification/validation of the contractor Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA). PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) (http://www.ccr.gov) and the Online Representations and Certifications Applications (ORCA) (http://orca.bpn.gov). Offers/Quotations must be received in this office by 1:00 PM on September 15, 2006. Please refer to the solicitation number RFQ-NCI-60199-NG.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01134707-W 20060908/060906220356 (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.