MODIFICATION
66 -- VariMax CMF X-Ray Optic System
- Notice Date
- 7/30/2014
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute of Health Library, Bldg. 10, Room 1L25A, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- NIHLM2014229
- Archive Date
- 8/26/2014
- Point of Contact
- Sonya Owens-Cobblah, Phone: 3015944666, Maxwell Kimpson, Phone: (301) 435-4380
- E-Mail Address
-
owenscobblahs@mail.nih.gov, kimpsonm@nlm.nih.gov
(owenscobblahs@mail.nih.gov, kimpsonm@nlm.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 NIHLM2014229 and is 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 and the business size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Library of Medicine (NLM), NIDDK Acquisitions Branch would like to procure: A Brand Name or Equal to the Rigaku VariMax CMF x-ray optic system. The rebuild agreement is needed to replace the aged multilayer x-ray reflecting and focusing surfaces in a current VariMax CFM x-ray optic system. The current reflecting surface no longer provides sufficient x-ray flux density. To the best of the Governments' knowledge Rigaku is the only manufacturer which can provide the rebuild agreement for the lasers. The system must contain the following: (1) The new surfaces must fit exactly in our existing assembly so that it can be reinstalled onto our existing x-ray diffraction system. (2) The optics housing has been manufactured by Rigaku to Rigaku specifications. (3) The existing Government owned item is VariMax HF optical assembly that must house of the new reflecting surfaces so it can be reinstalled to the Governments owned x-ray diffraction system. (4) The replacement part is a multilayer x-ray reflecting and focusing element. (5) Delivery TBD - to be determined The "equal" item must meet the characteristics of the brand name item to be acceptable for award. Offerors must provide descriptive literature or other material to demonstrate that their offer meets these requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation and provides the best value with price and technical factors, which are 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), 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. "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. 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 Officer's Name and Telephone Number, and 7. Program Manager's Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 10 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a 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 fifteen (15) days from the publication date of this synopsis on August 11, 2014 by 4:30 a.m., ET. The quotation must reference "Solicitation number" NIHLM2014229. 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 Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770C, Bethesda, Maryland 20817, Attention: Sonya Owens-Cobblah. Faxed copies will not be accepted. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provided feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate response to a solicitation. Confidentiality: "No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation (s)."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIHL/NIHLM2014229/listing.html)
- Place of Performance
- Address: The National Institutes of Health (NIH), 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03443266-W 20140801/140730235300-b9ceb715413f963e4fa57752b240b0fa (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 |