Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 18, 2009 FBO #2855
SOLICITATION NOTICE

66 -- RECOVERY - Dual Hot Cell Equipment (Analytical Laboratory Instrument Manufacturing)

Notice Date
9/16/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(EB)-2009-311-MKL
 
Archive Date
10/6/2009
 
Point of Contact
Melissa K. Lombardo, Phone: (301) 435-0370
 
E-Mail Address
ml363x@nih.gov
(ml363x@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Title: RECOVERY - Dual Hot Cell Equipment (Analytical Laboratory Instrument Manufacturing) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format specified in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, and a separate written solicitation will not be issued. The solicitation number is NHLBI-PB(EB)-2009-311/MKL and is issued as a Request for Proposal (RFP). This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The solicitation/contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-36. The acquisition is being conducted on a restricted basis. The North American Industry Classification System (NAICS) Code applicable to this requirement is 334516 - Analytical Laboratory Instrument Manufacturing, and the associated small business size standard is 500 employees. THIS REQUIREMENT IS A TOTAL SMALL BUSINESS SET-ASIDE. THE NATIONAL INSTITUTES OF HEALTH (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisitions (OA) intends to negotiate and award a single, fixed price contract, for the National Institute of Biomedical Imaging and Bioengineering (NIBIB), to procure the laboratory equipment specified below. DUAL HOT CELL - VERTICAL DOOR CONFIGURATION for PET RESEARCH CHEMISTRY (50mm) The functional specifications outlined below, or equivalent, will meet the required needs. • Welded stainless steel liner with drip edge in front • Internal dimensions: 93-1/4"w x 44-7/8"h x 34-5/8"d • External dimensions: 108"w x 41"d x 94"h • Welded steel base: 81"d x 52-1/4"w x 41-1/2"h • Shielded on all sides, top and bottom with 2" (50mm) thick lead • Common center wall (50mm) with (12"x12") pass through door • 8" diameter exhaust pipe in roof • HEPA filtered air intake • Charcoal filtered exhaust • Customer must supply compressed air • (2) quad electrical outlet boxes 115VAC • 200W incandescent light fixture • 208V three-phase power - 30 Amps per phase • Dual vertical opening front doors raised and lowered by 208V three-phase motor-driven system. (Inflatable seal-opening 28"w x 21-1/2"h) Door contains a 12" x 12" x 5" thick lead glass window (50mm lead equivalent). Glass density is 5.2 Grams per cubic cm. Both sides of glass protected with a 1/4" thick piece of plate glass. • Sliding stainless steel tray for increased ease of access to cell contents (26" x 20") • (2) rear sliding doors (24" x 24") • Cell is equipped with penetrations for product and utility lines • Cell sealed with bushings for utility penetrations • 2 x (4) Swagelok utility connections (rear wall) This equipment must provide adequate radiation shielding and radiation protection for handling multimillicurie and curie amounts of high level radioactivity in a research environment. The Government's required delivery date is approximately fourteen (14) weeks after receipt of order (A.R.O.). It is imperative to note that Contractors must comply with all applicable provisions and clauses provided under the American Recovery & Reinvestment Act of 2009 (ARRA or Recovery Act), PL 111-005, dated February 17, 2009, in order to be eligible to receive awards funded in whole or in part by the Recovery Act. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items and FAR Clause 52.212-2, Evaluation--Commercial Items are applicable to this acquisition. An 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 may 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, 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 proposals and award the contract without discussions with Offerors. Therefore, the initial offer should contain the Offeror's best terms, from 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 Officer to be necessary. The Government may reject any and all offers if such action is deemed necessary. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items Deviation for Simplified Acquisitions are applicable to this acquisition. The Contractor receiving an award, as a result of this solicitation, will be required to comply with the following Federal Acquisition Regulation (FAR) Clauses: FAR Clause 52.204-7, Central Contractor Registration; FAR Clause 32.703-2, Availability of Funds; FAR Clause 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representation and Certifications located at http://orca.bpn.gov/, in accordance with FAR Clause 4.1201(a). In addition, the provisions of FAR Clause 52.204-11, American Recovery and Reinvestment Act-Reporting Requirements (MAR 2009) and FAR Clause 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 are applicable to this acquisition. The clauses are available in full text at http://www.arnet.gov/far. The offeror must include in their proposal, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Interested contractors capable of furnishing the Government with the product specified in this synopsis should submit their proposal to the below address. Proposals will be due six (6) calendar days from the publication date of this synopsis, or by September 21, 2009 at 3:00 p.m., Eastern Standard Time. The proposal must reference Solicitation number NHLBI-PB(EB)-2009-311/MKL. All responsible sources may submit a proposal, which if timely received, shall be considered by the agency. Proposals must be submitted in writing to the National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6148, Bethesda, Maryland 20892-7902, Attention: Melissa K. Lombardo. Proposals may be submitted electronically to: lombardm@nhlbi.nih.gov. Faxed copies will not be accepted. NOTE: The Offeror must be registered in the Government's Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award from the NIH, NHLBI. Contracting Office Address: National Institutes of Health, National Heart, Lung, and Blood Institute, 6701 Rockledge Drive, Room 6148, Bethesda, MD 20892-7902. Point of Contact: Ms. Melissa K. Lombardo, Contract Specialist; 301-435-0370.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB(EB)-2009-311-MKL/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01957324-W 20090918/090917000713-d97e7c28dbb8709c95795d713e991b19 (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.