SOURCES SOUGHT
66 -- Liquid Handling System
- Notice Date
- 9/20/2010
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Institutes of HealthNational Institutes on Aging, IRPNIH Biomedical Research CenterSuite 100, Room 04C009251 Bayview BlvdBaltimoreMD21224-2815
- ZIP Code
- 21224-2815
- Solicitation Number
- NIHAG2010142
- Response Due
- 9/26/2010
- Archive Date
- 10/26/2010
- Point of Contact
- HUFF, DEBRA L +1 410 558 8118, huffdl@mail.nih.gov
- E-Mail Address
-
HUFF, DEBRA L
(huffdl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format 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. This solicitation number is NIHAG2010142 and is being issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Aging, Laboratory of NeuroGenetics needs to procure a Liquid Handling Platform with configurable pads and accessories. This instrument provides specialized features that will allow high thru-put processing of samples for whole exome sequencing. This equipment is designed with unique software which enables it to record and provide data analysis that will assist in the ALS Disease Research study. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions 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. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization,2. Contract Number (for subcontracts provide the prime contract number and the subcontract number,3. Contract Type,4. Total Contract Value, 5. Description of Requirement to include Statement of Work,6. Contracting Officers Name and Telephone Number, and7. Program Managers Name and Telephone Number. * If past performance questionnaire is available, please submit. This solicitation is a request for competitive quotations and all responses received within 5 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government to compete this proposed acquisition is based upon competitive acquisition. The offeror must include in their quotation, 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. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due five (5) calendar days from the publication date of this synopsis on September 26, 2010. The quotation must reference Solicitation number NIHAG2010142. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institute of Aging, IRP Acquisitions Office, 215 Bayview Blvd, Suite 100, Rm 04C009, Baltimore, MD 21224 or emailed to huffdl@mail.nih.gov. Faxed copies to (410) 558-8319 will be accepted. Contracting Office Address: National Institutes of Health, National Institute of Aging IRP, 215 Bayview Blvd., Suite 100, Rm 04C009, Baltimore, MD 21224 Point of Contact(s): Debra L. Huff, huffdl@mail.nih.gov
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/GRC/NIHAG2010142/listing.html)
- Place of Performance
- Address: Debra L. HuffNIH, National Institute of Aging251 Bayview Blvd., Suite 100 Rm 04C009BaltimoreMD21224USA
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN02289850-W 20100922/100920235818-9534fe352305613b90842500598fee66 (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 |