Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2014 FBO #4494
SOLICITATION NOTICE

66 -- Modified Flow Cytometer

Notice Date
3/13/2014
 
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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-121
 
Archive Date
4/4/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-121 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is set-aside for small businesses under NAICS code 334516. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 30, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of one (1) modified flow cytometer to support the research of the National Institute on Drug Abuse (NIDA) Integrative Neuroscience Research Branch (INRB). This equipment will be used to perform an array of cell-based assays. Project Requirements The Contractor must be able to provide one (1) modified flow cytometer with the following specifications: 1. The system must be capable of analyzing both cell clumps and irregularly shaped cells. 2. The system must include a high sensitivity light source for image-based analysis of weak GFP, RFP, and YFP assays and immunotyping experiments. 3. The system must be functional with a computer running a Microsoft Windows operating system and operated using a CCD imaging system. 4. The system must not require a routine cleaning/washing cycle. Anticipated Period of Performance It is expected that the modified flow cytometer will be delivered within thirty days after receipt of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offerer must quote one modified flow cytometer that meets each of the above specified project requirements. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include equipment descriptions per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-121. Responses shall be submitted electronically to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-121/listing.html)
 
Place of Performance
Address: 333 Cassell Drive, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03310077-W 20140315/140313235153-d631240bbe9bd834ccdeae938dd0ea97 (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.