Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

66 -- RECOVERY/Instruments & Laboratory Equipment

Notice Date
8/12/2010
 
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
NIAID-RFQ-10063
 
Archive Date
9/11/2010
 
Point of Contact
Terry M Knight, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation Request for Quotes for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on NIAID-RFQ-10063. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-44, dated July 8, 2010. 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 1 spectrophotometer for the detection and quantification of DNA vectors that are produced for the universal flu program. The system must offer the following specifications: minimum sample size: 0.5 µl, sample number: 1, path length: 1 mm (auto-ranging to 0.05 mm), light source(s): Xenon flash lamp, detector type: 2048 - element linear silicon CCD array, wavelength range: 190 - 840 nm, wavelength accuracy: 1 nm, spectral resolution: = 1.8 nm (FWHM at Hg 253.7 nm), absorbance precision: 0.002 (1 mm path), absorbance accuracy: 3% (at 0.74 at 350 nm), absorbance range: 0.04 - 300 (10 mm equivalent), detection limit: 2 ng/µl (dsDNA), maximum concentration: 15,000 ng/µl (dsDNA), measurement time: < 5 seconds, footprint: 14 x 20 cm, weight: 2.0 kg, sample pedestal material of construction: stainless steel and quartz fiber, operating voltage: 12 vdc, operating power consumption: 12 - 18 W (max 30 W), standby power consumption: 5 W, software compatibility: Microsoft Windows XP (32 bit) with service pack (SP) 2 or later, Windows Vista (32 bit), Windows 7 (32 bit and 64 bit). Offers will be evaluated and the award will be determined on a best value basis. The following factors will be evaluated: 1) technical acceptability for meeting the required specifications, 2) price, 3) warranty and 4) delivery. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 30 days after receipt of order (ARO). 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 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-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 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and 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. Copies of the aforementioned clauses are available upon request by telephone to Terry Knight at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers may be mailed to the POC indicated above. E-mail and faxed offers are not accepted. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Savings Time (EDST), August 27, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Terry Knight at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ-10063/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02238046-W 20100814/100812234928-6550130d358ff8380e2b9ddc0fe2cdd3 (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.