Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 01, 2014 FBO #4480
SOLICITATION NOTICE

67 -- SC200 Camera - Statement of Work

Notice Date
2/27/2014
 
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-NOI14A1668663
 
Archive Date
3/28/2014
 
Point of Contact
Kemeley T. Torbert, Phone: 3014026710
 
E-Mail Address
torbertk@niaid.nih.gov
(torbertk@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work This is a combined synopsis/solicitation Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13, as applicable, and 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. Solicitation number NIAID-NOI14A1668663 is being issued as a Notice of Intent (NOI). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72 dated January 30, 2014. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). This acquisition will be processed under Simplified Acquisition Procedures (SAP). All responsible sources may submit an offer that will be considered by this agency. The North American Industrial Classification System Code is 334516 and the small business size standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure an Orius 830 (SC200W) Camera from Gatan, 780 Commonwealth Dr., Warrendale, PA 15086. To the best of the Government's knowledge, they are the sole provider that can supply the camera/software package that is needed to replace the current camera/software package that is being utilized with the Orius 830 (SC200W) Camera for the FEI Tecnaispirit Transmission Electron Microscope (TEM). The following factors must be met: 1) technical capability to meet required specifications; 2) price; 3) delivery; 4) warranty. Please see the attached Statement of Work (SOW) for further details. The Government will award a fixed price purchase order to the responsible contractor. The FOB terms are "Destination" and Net 30. FAR provisions and clauses apply to this acquisition: 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212.2-2 Evaluation - Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (incorporating 52.219-6, Notice of Total Small Business Set-Aside. 52.222-3, Convict Labor. 52.222-19, Child Labor-Cooperation with Authorities and Remedies. 52.222-21, Prohibition of Segregated Facilities. 52.222-26, Equal Opportunity. 52.222-36, Affirmative Action for Handicapped Workers. 52.223-15, Energy Efficiency in Energy-Consuming Products. 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act. 52.225-13, Restriction on Certain Foreign Purchases ). 52.217-8, Option to Extend Services ; The Contracting Officer may exercise the option by written notice to the Contractor within 30 days of the expiration date of the period of performance. 52.217-9, Option to Extend the Term of the Contract ; The Government may extend the term of this contract by written notice to the Contractor within 30 days of the expiration date of the performance period; The total duration of this contract, including the exercise of any options under this clause, shall not exceed five years. 52.252-2, Clauses Incorporated by Reference. FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Quoters responding to this announcement must provide the information contained in 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote. 52.233-2 -- Service of Protest; (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer by obtaining written and dated acknowledgment of receipt from 10401 Fernwood Rd ste 2NE70, Bethesda MD 20892. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO N/A •3. In order to be considered for an award, an offeror must have completed the electronic Online Representations and Certifications Application (ORCA) at https://orca.bpn.gov in accordance with FAR 4.1201(a). The quoter should also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. Contractors must be registered in the System for Award Management to submit quotes and be eligible for award (NO EXCEPTIONS). For information on registering with SAM, visit www.sam.gov. Any questions concerning this solicitation shall be submitted to the contracting office via email to Kemeley Torbert, no later than 1600 EST Mar 10 2014. Contracting officer shall gather all questions from prospective vendors. Contracting officer will reply via email with answers by solicitation closing date. Solicitation shall be extended if additional time is needed for submission of quotes by interested parties. Although not required, interested parties may submit a sample of their product for evaluation by the government. A FedEx account number is required for vendors requesting return of sample product. The government will not be held responsible for the return of any sample not submitted with a FedEx account. If a change occurs in this requirement, only those quoters that respond to this announcement within the required time frame will be provided any changes/amendments and considered for award. For delivery of responses through the US Postal Service including FedEx and UPS, the address is NIH/NIAID/AMOB Attn: Kemeley Torbert, 10401 Fernwood Rd, Ste 2NE70, Bethesda MD 20892. E-mail and fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-3695 or e-mailed to torbertk@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Ms. Kemeley Torbert at (301)402-2284. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI14A1668663/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, Bldg 33/RM 1E05A, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03298605-W 20140301/140227234808-0cbecb06c1e5c01414e9356363235d4e (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.