Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2007 FBO #2119
SOLICITATION NOTICE

66 -- Illumina Bead Station

Notice Date
9/13/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
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(AR)-2007-274-RCO
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
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 solicitation number is: NHLBI-PB(AR)-2007- 274-RCO. This solicitation is issued as a Request for Quotation (RFQ). 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 05-19. The total contracted dollar amount, including options will not exceed $5 million. This requirement is being conducted on a non-competitive sole source basis and is classified under the North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. The Government?s anticipated delivery date is thirty (30) calendar days after contract award. The delivery point is the National Institutes of Health, National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), Bethesda, Maryland. Market research conducted by the Government has determined that Genetic Analysis Systems are manufactured in sufficient quantities by at least three (3) 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 National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS), intend to award a single, fixed priced purchase order for the purchase of an Illumina Bead Station System. This acquisition includes the purchase of the following: (1) Illumina Bead Station, Catalog # SC-16-200, Product Description: Bead Station 500GX, quantity 1 each; (2) Catalog # WG-15-304, Product Description: Infinium Option Starter Package (Single and Multi-Sample) 110V, quantity 1 each; (3) Catalog # SC-40-401, Product Description: Autoloader - Single Scanner, quantity 1 each; (4) Catalog # SC-30-401, Product Description: Golden Gate Genotyping and Infinium Automation Post Amplification (110V), quantity 1 each; (5) Catalog # WG-10-202, Product Description: Infinium Teflow Chamber(1), quantity 20 each; (6) Catalog # BD-60-460, Product Description: Infinium Hybridization Chamber(1), quantity 4 each; (7) Catalog # WG-10-207, Product Description: Infinium Staining Rack(1), quantity 2 each; and (8) Catalog # BD-60-460, Product Description: Additional BeadChip Glass Tray (1), quantity 3 each; The sole source determination is based upon the fact that the National Institute of Arthritis and Musculoskeletal and Skin Diseases is participating in the National Institutes of Health?s Genome Wide Association Core for the Trans-NIH Initiative in Immunology and Inflammation Study. To maintain compatibility with the other study participants and the expected outcome of the research study, the Illumina BeadStation is the only available compatible system. Introducing another system at this time would alter the variables of the study. Therefore, an award to any other source is not feasible or practical based upon the ongoing National Institutes of Health?s Genome Wide Association Core for the Trans-NIH Initiative in Immunology and Inflammation Study. 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 is 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. 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. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquires to this announcement, referencing number NHLBI-PB(AR)-2007- 274-RCO, may be submitted to the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Rosie C. Owens. Response may be submitted electronically to rowens@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov and by fax to (301) 480-3345. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a response, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda, Maryland
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01405361-W 20070915/070913220550 (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.