Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2014 FBO #4660
SOLICITATION NOTICE

66 -- TRACERLAB

Notice Date
8/26/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-14-050
 
Archive Date
9/19/2014
 
Point of Contact
Patricia Haun, Phone: 301-443-7786
 
E-Mail Address
haunp@mail.nih.gov
(haunp@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 NIH-NICHD-14-050 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 2005-74. The North American Industry Classification (NAICS) Code is 423450 and the business size standard is 100 employees. This solicitation is not set aside for small business. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institute on Alcohol Abuse and Alcoholism (NIAAA) intends to procure a Tracerlab FX MEI 115V; Tracerlab FX M 115V; APPS for Chemistry (4 days); and APP Training Tracerlab (4 days). A. EVALUATION FACTORS General Offerors are advised that an award under this solicitation shall be made to the Offeror whose proposal is determined by the Government to represent the best value to meet the Government's needs. The major evaluation factors for this solicitation include two parts which shall hold equal merit in determining best overall value to the Government. The two parts are as follows: 1) Technical Evaluation - which encompasses experience and past performance of demonstrating the ability to meet the specifications factors listed (see Section B below); 2) Cost/Price Evaluation proposal will be evaluated for realism and reasonableness. B. TECHNICAL EVALUATION Offerors proposals shall be evaluated on the factors listed below and shall receive an overall rating of, Exceptional Acceptability; Acceptable or Unacceptable. Only proposals that are determined to be Acceptable shall be eligible and considered for award. The definition that will be used in evaluating and rating the criterion is as follows: • Exceptional Acceptability: Equipment exceeds the specified performance or capabilities in a beneficial way has no major weaknesses or deficiencies. • Acceptable: Equipment meets specification standards and any weaknesses or deficiencies are considered minor and are readily correctable or acceptable in meeting the overall requirement. • Unacceptable: Equipment fails to meet the specification(s) and the weaknesses and/or deficiencies are considered uncorrectable without major revisions and would potentially subject the Government to overall risks in performance - either in time and/or money. 1) Technical Factors Offerors shall be evaluated in accordance with the factors set forth below. Sub-factors listed under each factor are of equal importance to each other: i) Application - the system must be a fully integrated automated system for easy and efficient production of tracers with a suitable precursor. The features shall combine flexibility and productivity that will allow it to produce tracers with methyl iodide or methyl triflate. At minimum the integrated automatic system must be able to allow for the following:  Labeling reactors with heating, cooling and stirring features  Built-in purification  Built-in formulation ii) System Operation Offerors demonstration of a step-by-step process of the sequence of operations which shall include preparation of the material, the production; the synthesis and purification and formulation. The Offeror must also state diagnostic capabilities that will allow for measurement of parameters, cleaning programs; and all timing of phases and processes. iii) Installation The system must include all of the necessary parts for installation, start-up and acceptance, except application training and chemicals. iv) Warranty Offeror must propose specific warranties with respect to the products described. The applicable written warranties for these products shall be provided or stated upon request. Offeror must also address the rights to making changes. v) Environmental Requirements All Offerors must provide a statement regarding the proposed system and its affect on environmental concerns. vi) Minimum Requirements Size must be less than 25.5 X 15.5 X 23.5 (WXDXH) Mel synthesis has been tested at BNL and NIMH HPLC & Formulation systems should be integrated C. COST/PRICE EVALUATION: Offeror proposed price shall be evaluated on realism and reasonable for the Government to purchase the equipment. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. Realism will be evaluated only on the offeror(s) inputs which the Government will use to determine the most probable cost/price for the equipment in a manner consistent with the offeror's proposal. Cost/Price realism analysis will be conducted in accordance with FAR 15.404-1(d). The result of the cost/price realism analysis will be considered in the making the best value tradeoff decision. D. ADDITIONAL EVALUATION FACTORS (These factors will not be evaluated ) Past Performance The Government will evaluate the quality of the offeror's past performance based on information obtained from references provided by the offeror, as well as other relevant past performance information obtained from other sources known to the Government. Evaluation of past performance will be a subjective assessment based on consideration of all relevant facts and circumstances. It will not be based on absolute standards of acceptable performance. The Government is seeking to determine whether the offeror has consistently demonstrated a commitment to customer satisfaction and timely delivery of services at fair and reasonable prices. The assessment of the offeror's past performance will be used as a means of evaluating the capability of the offeror. Thus, an offeror with an exceptional record of past performance may receive a more favorable evaluation than if it has an acceptable record. Past performance will not be scored, but the Government's conclusions about overall quality of the offeror's past performance will be influential in determining the merits of the offeror's proposal and in selecting the offeror whose proposal is considered most advantageous to the Government. By past performance, the Government means the offeror's record of conforming to specifications and to standards of good workmanship; the offeror's record of forecasting and controlling costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the Offeror's business-like concern for the interest of the customer. The Government will consider the number or severity of an offeror's problems, the effectiveness of corrective actions taken, the offeror's overall work record, and the age and relevance of past performance information. The lack of a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage or disadvantage of the offeror. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their 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.acquisition.gov/far/. Interested vendors capable of providing the required equipment to the government specified in this synopsis shall submit a copy of their quotation to the below address or via email to haunp@mail.nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties and/or other information (specifically but not limited to: emergency service plan, scheduling and service rate, recommended spare parts list & price, etc.) that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due ten (10) calendar days from the publication date of this synopsis or by September 4, 2014 by 3:00pm EST. via email or postal mail. The quotation must reference "Solicitation number" NIH-NICHD-14-050. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5C01, Bethesda, MD 20852. Attention: Patricia Haun, by the date and time mentioned above. Any questions must be sent via email to haunp@mail.nih.gov and must include solicitation NIH- NICHD-14-050 in the subject line of email. Faxed copies/responses will not be accepted. Note: In order to receive an award, contractor must be registered and have valid certification in the SAM database @www.sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-14-050/listing.html)
 
Record
SN03481808-W 20140828/140827000144-58a5f3f9c55eb9200e1aa79554180cd6 (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.