Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

66 -- Digital Radiography System - FAR52.212-5

Notice Date
5/7/2015
 
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, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-15009
 
Archive Date
5/30/2015
 
Point of Contact
Suzanne Miller, Phone: 406-363-9445, Lynda Kieres, Phone: 406-363-9210
 
E-Mail Address
millers2@niaid.nih.gov, lkieres@niaid.nih.gov
(millers2@niaid.nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR52.212-5 This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RFQ-RML-C-15009. This solicitation is a request for quotes (RFQ).The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-80 March 2, 2015. The associated North American Industry Classification System (NAICS) code for this procurement is (334516) with a small business size standard of 500 employees. This is a total small business set aside. The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories, is seeking to purchase a Digital Radiography System. All interested companies shall provide quotation(s) for the following: DR Flat Panel Detector, Qty 1 Server Grade workstation, Qty 1 220L 22' Widescreen Monitor, Qty 1 External Hard Drive 2TB, Qty 1 Workstation Seat License, Qty 6 Imaging Software, Qty 1 Keyboard/mouse included, Qty 1 Electrical Line Conditioner included, Qty 1 **system must include: Mobile App 1 year Manufacturer's Warranty 5 year Warranty on all Computer Hardware 2 day installation and complete staff training FOB Point shall be Destination; Hamilton, MT 59840. Place of Performance: Rocky Mountain Laboratories, NIH 903 South 4th Street Hamilton, MT 59840 United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2014) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (April 2015) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) (FEB 2015) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database 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 (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is an open-market combined synopsis/solicitation for a digital radiography system (a completet stand alone system) as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than Friday, May 15, 2015 at 9:00 a.m. MST. Offers may be mailed, e-mailed or faxed to Suzanne Miller, Purchasing Agent; (Fax - 406-363-9288), (E-Mail millers2@niaid.nih.gov ). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Suzanne Miller; millers2@niaid.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-15009/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, NIH, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN03724104-W 20150509/150507235410-0478ac8ddcd93c2432dd5426bca0bcfb (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  © 1994-2020, Loren Data Corp.