Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2010 FBO #3177
SOLICITATION NOTICE

65 -- 65 - Chemistry Analyzer - Package #1

Notice Date
8/4/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Health Resources and Services Administration, National Hansen's Disease Program, 1770 Physician Park Drive, Baton Rouge, Louisiana, 70816-1770, United States
 
ZIP Code
70816-1770
 
Solicitation Number
10-258-SOL-00034
 
Archive Date
9/4/2010
 
Point of Contact
Suzanne S Shumate, Phone: 225-756-3787
 
E-Mail Address
sshumate@hrsa.gov
(sshumate@hrsa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Offeror Representations and Certifications RFQ THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516. This acquisition is set aside for small business. The associated small business size standard is 500 employees. This is a Combined Synopsis/Solicitation for a Bench Top Chemistry Analyzer. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. The National Hansen's Disease Programs (NHDP) requires the following: Item 1 - Bench Top Chemistry Analyzer Qty - 1 Description/Salient Characteristics: A single, integrated automated true random access bench top chemistry analyzer capable of performing the following tests: Glucose Creatinine Potassium AST ALT Urea Nitrogen (BUN) Sodium Chloride LDH Types of analysis: Endpoint, enzymatic, rate, bichromatic, potentiometric Reaction time: 1-15 minutes Reaction temperature: 37° ± 0.25° C (Photometric chemistries) Wavelength: 340, 405, 520, 550, 600, 700 half bandwidth 10 ± 2 nm Analyzer software shall identify and track samples, patients and reagent details including expiration date and remaining reagent. Shall store up to a minimum of 1,000 patient records and up to 50,000 test results. STAT interrupt process for single or panel testing. Shall automatically dilute and repeat tests without operator intervention. Power requirements: 100 VAC-240 VAC ± 10% 50-60 Hz, 4.0/2.0A Equipment and/or accessories shall be new from the manufacturer or factory re-certified. Item 2 - Delivery/Installation The Government's required delivery date is 30 days after receipt of order. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Delivery/installation address is the National Hansen's Disease Programs, Plaza II, Second Floor - Clinical Lab, Medical Center Drive, Baton Rouge LA 70816. Item 3 - Training Training shall be for one operator on-site or off-site. (Specify in offer) Item 4 - Warranty Warranty period/terms (Specify in offer) Item 5 - Service and Support Technical telephone assistance (Specify in offer) Item 6 - Preventive Maintenance and Service Agreement (Option Item) Year 1(beginning with end of warranty period) (Specify terms in offer) Item 7 - Preventive Maintenance and Service Agreement (Option Item) Year 2 (after warranty period) (Specify terms in offer) Item 8 - Preventive Maintenance and Service Agreement (Option Item) Year 3 (after warranty period) (Specify terms in offer) The provision FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The following factors shall be used to evaluate offers: (1) Conformance to the description of supplies; and (2) Price. Only firm-fixed price offers will be evaluated. The Government will award a firm-fixed price contract resulting from this solicitation to the responsible offeror submitting the offer that provides the best value to the Government. Since award will be based on initial responses, offerors are highly encouraged to quote your most advantageous pricing in your initial response. All responses that meet the criteria contained within will be considered. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). Award will be made using Simplified Acquisition Procedures in accordance with FAR 13.106-2. Evaluation of conformance to the description of supplies shall be based on the information provided in the quotation. Offerors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. QUESTIONS DEADLINE: Questions regarding this solicitation must be submitted by email (sshumate@hrsa.gov) before 4:00 PM (Central) on August 16, 2010. Offers shall be submitted in English and in U.S. dollars. FAR provisions can be found on the following website: http://www.arnet.gov. The following clauses/provisions apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items w/Alternate II including subparagraphs: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138) w/Alternate II (Jan 2004) of 52.225-3. 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.217-8 Option to Extend Services. (Nov 1999) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) Sources submitting quotes must provide detailed information indicating their ability to meet the Government's requirements. All quotes shall include price(s), shipping and handling costs; FOB point; a point of contact (name and telephone number); the offerors' DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), a statement from the offeror verifying that they are CCR Registered under NAICS code 334516; proposed delivery date; business size; and payment terms. The Offeror shall include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. NOTE: The Offeror shall be registered in the Government's Central Contractor Registry (CCR) System, which is available at www.ccr.gov, in order to receive an award. ORAL AND/OR FAXED QUOTES WILL NOT BE ACCEPTED. NHDP intends to make an award soon after the response date of this notice and all bids and modifications shall be submitted and be received by 2:00 PM (Central) on August 20, 2010 to the address below: National Hansen's Disease Programs Attn: Suzanne Shumate 1770 Physicians Park Drive Baton Rouge LA 70816-3222 Mark for: Solicitation 10-258-SOL-00034
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c2174c329e2acac8f1950c3cf853401a)
 
Record
SN02229209-W 20100806/100804235528-c2174c329e2acac8f1950c3cf853401a (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.