SOLICITATION NOTICE
66 -- Synergy 4
- Notice Date
- 6/19/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
- ZIP Code
- 72079-9502
- Solicitation Number
- FDA-SOL-08-00769
- Archive Date
- 7/16/2008
- Point of Contact
- Thomas M Dumas,, Phone: 404-253-1253, Sandra K. Davis,, Phone: (870) 543-7469
- E-Mail Address
-
thomas.dumas@fda.hhs.gov, sandra.davis@fda.hhs.gov
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as applicable, and as supplemented with additional information include in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a 100% small business set-aside. The solicitation number is FDA-SOL-08-00769. This solicitation is issued as a Request for Quote (RFQ). Quotations are due (7) days from the publication date of this synopsis or 1 July 2008, by 2:00 p.m. Eastern Standard Time, local prevailing time in Atlanta, GA: at Food and Drug Administration, OC/OSS/OFFAS, Attention: Thomas Dumas, 60 8th Street, NE, Atlanta, GA 30309. The quotation must reference solicitation number FDA-SOL-08-00769. The Offers are due in person, by mail or fax. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26, June 12, 2008. The associated North American Industry Classification System (NAICS) code is 334516 – Analytical Laboratory Instrument Manufacturing, and the Small Business Size Standard is 500 employees. The Food and Drug Administration is soliciting for the following: • Synergy 4 to include Gen5 software – The Synergy 4 is a modular reader that offers Monochromator-Based Fluorescence Intensity (M); Filter-Based Top and Bottom Fluorescence Intensity (F); Fluorescence Polarization (P); Time-Resolved Fluorescence (T); Luminescence (L); and UV-Visible Absorbance (A). • Gen5 Operating System that provides powerful data collection, analysis and output tools. • Field Warranty Upgrade for Synergy 4 Contract Type: Commercial-Item Firm Fixed Price. FOB Point: Destination. Delivery for equipment and services provided is Food and Drug Administration, 8800 Rockville Pike, Bldg 29, Room 332, Bethesda, MD 20892. The technical quotations will receive paramount consideration over cost and past performance; however, cost will be evaluated for price reasonableness. The Government reserves the right to make its decision on the basis of initial quotations received and not have discussions. Therefore, each initial quotation should contain the offeror’s best terms from both a price and technical standpoint. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offerors equipment. The Government is not responsible for locating or securing any information, which is not identified in the proposal. Offerors must include a complete copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications – Commercial Items with its offer. Applicability of FAR PROVISIONS: THE FOLLOWING FEDERAL ACQUISITION REGULATION (FAR) PROVISIONS AND CLAUSES APPLY TO THIS REQUEST FOR QUOTES AND ARE INCORPORATED BY REFERENCES: 52.212-4 CONTRACT TERMS AND CONDITIONS---COMMERCIAL ITEMS (FEB 2007). 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (JUNE 2008); THE FOLLOWING CLAUSES ARE APPLICABLE: 52.203-6; 52.219-6; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-50; 52.225-1; 52.225-3; 52-225-13, AND 52.232.33. FULL TEXT OF CLAUSES AND PROVISIONS CAN BE OBTAINED AT http://www.acquisition.gov CCR Requirement – Offeror’s must be registered in the Central Contractor Registration (CCR) before an award can be made. If offeror’s are not registered in CCR, they may do so by accessing the CCR web site at: http://www.ccr.gov. A standard commercial warranty on parts and workmanship is required. The Defense Priorities and Allocation System (DPAS) and assigned are not applicable to this solicitation notice.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=848c2d974bf6f80083b20c75c9ca099a&tab=core&_cview=1)
- Place of Performance
- Address: Food and Drug Administration, 8800 Rockville Pike, Bldg 29, Room 332, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01596716-W 20080621/080619215714-848c2d974bf6f80083b20c75c9ca099a (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 |