Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 27, 2014 FBO #4598
SOLICITATION NOTICE

66 -- MicroBeta2 LumiJET with 6 Detectors

Notice Date
6/25/2014
 
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-RFQ14-A1645183
 
Archive Date
7/29/2014
 
Point of Contact
Marilyn Apolito, Phone: 301-594-5344, John - Foley, Phone: 301-402-2284
 
E-Mail Address
apolitom@niaid.nih.gov, jfoley@niaid.nih.gov
(apolitom@niaid.nih.gov, jfoley@niaid.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 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-RFQ14-A1645183. The solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-74) dated May 30, 2014. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. North American Industry Classification System (NAICS) code for this requirement is 334516; which has a business size standard of $25.0 mil. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure MicroBeta2 Plate Reader LumiJET with 6-detectors and accessories. The requirement is; microplate counters which measures radioactivity as well as luminescence, 16 or 32 shelf loading capacity. A robotic loading option will allow efficient integration into robotics systems, also supports different plate matrices and is capable of running samples in either "96-well + 384-well plate" format or in "96 + 24-well plate" format, The samples can be contained on microtiter plates, 4 mL tubes, Eppendorf® tubes or on filtermats, Counting modes include single and dual label CPM, single and dual label DPM, ParaLux TM count mode and luminescence counting. Time-Resolved Liquid Scintillation Counting (TR-LSC) mode improves counting capabilities significantly with opaque plates and low energy isotopes. TR-LSC mode can generate close to dual-PMT, coincidence counting performance by using top PMTs only. Unique detector design consists of two photomultiplier tubes (PMT). One is located below the sample, the other above the sample. These count the sample simultaneously, in coincidence, which allows the best possible counting geometry, superior counting efficiency and the most efficient reduction of background. PMT positioning for the measurement is automatic. Maximum height of the sample for 16 and 32 shelf MicroBeta2 is 45 mm and for the instrument having robotic loading shelf is 20 mm. Robust cassette sample changing mechanism provides a flexible system for varying sample types. Microtiter plates, micro-centrifuge tubes, 4 mL liquid scintillation counting (LSC) vials and Filtermats can be loaded simultaneously into the instrument. Standard bar code reader allows recognition of 100 protocols and other counting commands. Luminescence option includes a cooling device, which assures a stable temperature for the PMTs for superior luminescence sensitivity. Award will be based on 1) technical capabilities to meet the required specifications; and 2) Price. The FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR Clause 52.212- 2, Evaluation-Commercial Items FAR 52.212-3, Offeror Representations 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; FAR 52.225-1, Buy American Act-Supplies; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM at www.SAM.gov/ 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 [Note: Lack of registration will make an offeror ineligible for award.] Offers must be submitted no later than 3:00 P.M. Eastern Standard Time on Friday, July 14, 2014. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE70, Room 2NE62C, Bethesda, Maryland 20817. E-mail submissions can be made to Apolitom@Niaid.Nih.Gov. Fax submissions are not accepted. Requests for information concerning this requirement must be submitted in writing, and can be emailed to apolitom@niaid.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Marilyn Parker at 301-594-5344. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-RFQ14-A1645183/listing.html)
 
Place of Performance
Address: Marilyn Apolito Parker, Purchasing Agent, Phone 301-594-5344, Fax 301-480-3695, Email apolitom@niaid.nih.gov., Bethesda, Maryland, 20817, United States
Zip Code: 20817
 
Record
SN03405861-W 20140627/140625234949-687319331f5769a179b7c12c2a84cdaa (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.