SOLICITATION NOTICE
70 -- Instruments & Laboratory Equipment
- Notice Date
- 6/23/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334519
— Other Measuring and Controlling Device 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, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- NOI8254
- Archive Date
- 7/22/2008
- Point of Contact
- Terry M Knight,, Phone: 301-402-6162, Linda C Taylor,, Phone: 301-402-5762
- E-Mail Address
-
knightte@niaid.nih.gov, ltaylor@niaid.nih.gov
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation Notice of Intent 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; proposals are not being requested and a written solicitation will not be issued. This requirement is being issued as a Notice of Intent under NOI8259 on a sole source basis. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC 2005-26). This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure an Ultracentrifuge, 3 separate rotor packages from Beckman Coulter which is the only known company at this time that meets NIH’s requirements and specifications. The Ultracentrifuge will be 200/240V and 50/60HZ. The dimensions will be 47.5 (H) x 37 (W) x 26.5 (D) inches. The Ultracentrifuge will meet the following specifications: Max Speed: 100,000 rpm, Set Temperature: 0 to 40 C degrees in 1 degree increments, Speed Control: + 20 rpm of set speed, Temperature Control: + 0.5 C of set, Weight: 1,025 lbs. (465kg). The first rotor package will meet the following specifications: Maximum rpm of 41,000, maximum g-force of 288,000, k factor of 124, rotor capacity of 79.2 mL, tube size of 9/16” x 3-1/2”. The second rotor package will meet the following specifications: Maximum rpm of 70,000, Maximum g-force 504,000, k factor is 44, rotor capacity is 312 mL, tube size of 1” x 3-1/2’. The third rotor package will meet the following specifications: Maximum rpm of 32,000, maximum g-force of 175,000, k factor of 204, rotor capacity of 231 mL, holds 6 x 38 mL tubes. The North American Industry Classification System (NAICS) 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 of 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 Center 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 on Monday, July 7, 2008. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, Bethesda, Maryland 20817-4812. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor’s responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Mr. Terry Knight at (301) 402-2282. Collect calls will not be accepted.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=61b58eb6d07f1f99db9a68380878a9d7&tab=core&_cview=1)
- Place of Performance
- Address: purchase for: NIAID/National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01598998-W 20080625/080623215759-61b58eb6d07f1f99db9a68380878a9d7 (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 |