SOLICITATION NOTICE
66 -- Instruments & Laboratory Equipment
- Notice Date
- 9/8/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument 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
- NOI9148
- Archive Date
- 10/3/2009
- Point of Contact
- James H Kish, Phone: 301-402-6089, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
kishj@niaid.nih.gov, talexander@niaid.nih.gov
(kishj@niaid.nih.gov, talexander@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 of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NOI9148 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-35. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a high performance sample preparation instrument from Covaris, Inc. Item/Description/Quantity: 1) S2 High Performance Sample Preparation Instrument, #500003, includes laptop and computer, qty-1; 2) S1 Accessory Kit, #500029, (25) 520010 (13x65mm) Tubes & Caps and (1) 500011 Holder, qty-1; 3) CH01 Recirculating Chiller for use with the instrument, #510001, qty-1; 4) microTube with AFA Fiber, 25 Tubes and Pre-Slit Snap-Caps, #520045, qty-3; 5) TC12 (12x24mm) Round-Bottom Glass Tube & Caps, #520056, qty-6; 6) Holder for (1) 520056 Tubes TC12's, #HOLDER, qty-1; 7) S2 - DNA Kit, #500117, (1) of 500114 Holder, #500142 Prep Station, (4) Bags of #520045 6X16mm 100ul Tube, AFA Fiber, and Cap System, qty-1; 8) Installation & Onsite Training - 1/2 day, #530013, qty-1. The sample preparation instrument must have state-of-the-art acoustic technology based on a closed tube non-contact process that limits sample cross-contamination, computer controlled for time, temperature, and acoustic energy transfer that allow for high reproducibility between samples, user tunable fragment size distribution that facilitate additional applications such chromatin immunoprecipitation, and library formation for next generation re-sequencing, acoustic frequency is outside the human audible range and can be used in the general laboratory setting without system enclosures or ear protection, be able to homogenize tissues samples to allow for isolation of most target molecules such as DNA, RNA, or protein that often cannot be otherwise extracted efficiently from the tissue mass. The following factors shall be used to evaluate offers: 1) price, 2) warranty, and technical capability to meet the required specifications. Delivery will be made to Bethesda, MD, 20892. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. The CCR website is http://www/ccr.gov. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Time (EDT), September 18, 2009. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI9148/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN01946317-W 20090910/090909090548-0b1b3386ed18744944674d7e67dedd2d (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 |