SOLICITATION NOTICE
66 -- Instruments and related products manufactureing for measuring, displaying, and controlling industrial process varibles.
- Notice Date
- 9/6/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-PB-(HL)-2007-237-DDC
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION NOTICE. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The reference number NHLBI-PB(HL)-2007-237-DDC. This solicitation is issued as a Request for Quotation (RFQ). The acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-18. This requirement is being conducted as a full and open competitive, with no set aside restrictions. The North American Industry Classification System Code (NAICS) applicable to this requirement is 334513 and the associated small business size is 500 employees. The Government?s estimated expected delivery date is sixty calendar days after receipt of the purchase order. Market Research conducted by the Government has determined that the equipment can be provided only by GE Analytical Instrument. The delivery point is the National Heart, Lung, and Blood Institute (NHLBI), Vascular Medicine Branch (VMB), Bethesda, Maryland. The Government?s estimated expected delivery date is sixty (60) calendar days after receipt of the purchase order. This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-18. The total contracted dollar amount, including options will not exceed $5 million. Market research conducted by the Government has determined that the Nitric Oxide Analyzer (NOA) is manufactured in sufficient quantities by at least two (2) manufacturers which confirm the commercial market. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the NHLBI, Vascular Medicine Branch, intend to award a single, fixed priced purchase order for the purchase of an Nitric Oxide Analyzer. The specifications of NOA are as follows: (1) modular unit that can be used to analyze nitrite concentration with the use of a chemiluminescence system (2) must be an extremely precise system, accurate down to nM concentrations of nitrite. In order to provide accurate and consistent results, the NOA must have: (1) the analyzer itself; (2) a circulating water bath; (3) a vacuum and all the requisite tubing; (4) applicable system software; (5) purge vessels allowing for the injection of different sample volumes; (6) and a NaOH trap. Our lab uses the NOA to analyze the concentration of nitrite and nitrate. The primary objective in most of our research relates to the nitrite concentrations in whole blood and plasma and other bodily fluids from humans and animals. Our subjects may be on different nitrate and nitrite diets or are given nitrite derivatives as a type of medication. We then observe the resultant concentrations of the NO2. Many physiological and chemical effects have been found once NO2 has been added and we and many labs throughout the medical and scientific community are finding new properties of nitrite and nitrate. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items are applicable to this acquisition. The purchase order award will be made to the Offeror whose product meets the Government?s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the product proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size information must be provided. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov. The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due September 14, 2007 at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov and by fax to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB (HL)-2007-237-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
- Place of Performance
- Address: Bethesda MD
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01396771-W 20070908/070906220606 (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 |