Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

66 -- White Blood Cell (WBC) Set, COBEŽ Spectra Disposables

Notice Date
7/6/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423460 — Ophthalmic Goods Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SS-SA)-CSS-2015-309
 
Archive Date
7/25/2015
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@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 Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA (SS-SA)-CSS-2015-309 and the solicitation is issued as a request for quotation (RFQ). 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and 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 FAC Number 2005-83, dated July 07, 2015. The associated NAICS code is 423460-Ophthalmic Goods Merchant Wholesalers, Size Standard 100 Employees. White Blood Cell (WBC) Set, COBE® Spectra Disposables, Catalog Number 777006-000 or equal, for use with the COPE® Apheresis System to customized white blood cell collections, manufactured by Terumo BCT, Inc., 10811 West Collins Avenue, Lakewood, Colorado 80215-4440, telephone number 1-877-339-4228. The quantity is twenty (20) cases, with six (6) sets per case. The Government's required ship date is (1) ten (10) kits, five (5) calendar days after receipt of order (ARO) or July 20, 2015 and (2) ten (10) kits, thirty (30) calendar days after receipt of order (ARO). The Government's delivery location/address is Harbor Hospital, 3001 S. Hanover Street, 5th Floor; Room NM-543, Baltimore, MD 21225 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The quote will be evaluated on the basis of (1) lowest price; (2) the manufacturer's certification that the equivalent product meets the manufacturer's specifications; and (3) the government's required shipping/delivery dates. The Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The FAR clauses cited in the clause are applicable to the acquisition are (1) 52.204-7 System for Award Management (Jul 2013); (2) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126); (3) 52.222-21, Prohibition of Segregated Facilities (FEB 1999); (4) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246); and (5) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013). There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs (shipping and handling costs must be included as a separate line item on the quote), delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product or an equivalent product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) at www.sam.gov. All responses must be received by July 14, 2015 at 12:00 noon, Eastern Standard Time (EST) and must reference number HHS-NIH-NIDA (SS-SA)-CSS-2015-309. Responses may be submitted electronically to rodney.brooks@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(SS-SA)-CSS-2015-309 /listing.html)
 
Record
SN03786445-W 20150708/150706234706-e1763b71e416f01f16dfd91a37b42c05 (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.