SOLICITATION NOTICE
66 -- Hamilton Robotics STARlet easyBlood & Autoload Upgrade
- Notice Date
- 9/16/2016
- 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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2016-630
- Archive Date
- 10/4/2016
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) This is a combined synopsis/solicitation (CSS) 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 separate written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-(SSSA)-CSS-2016-630 and the solicitation is issued as a request for quotation (RFQ). THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute of Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Hamilton Robotics located at 4970 Energy Way, Reno, NV 89502 for Hamilton Robotics STARlet easyBlood & Autoload Upgrade for the National Institute of Aging (NIA). This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon market research that Hamilton Robotics is the only known source that can fully achieve the subject government requirement. (iii.) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number / Effective Date: FAC 2005-89-1 / 08-15-2016. (iv.) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1000 employees. (v.) Hamilton Robotics STARlet easyBlood & Autoload Upgrade -brand supply: 1 easyBlood Upgrade Kit, STARlet 49000-13-01; 1 Sample Carrier thin tubes 808541; 1 Falcon Tube Carrier 182045; 1 SERVICE FIELD UPGRADE; 1 Applications Support; 1 Starlet Autoload Upgrade Kit 95641-01; Freight. (vi.) Purchase description: The purpose of this acquisition is to obtain analyzer easyBlood and autoload upgrade for existing STARlet Aliquoting Workstation located at NIA Core Laboratory at the Biomedical Research Center located at 251 Bayview Blvd, Baltimore, MD 21224. (vii) The anticipated delivery date will be 4-6 weeks after receipt of an order with delivery, inspection and acceptance at 251 Bayview Blvd, Baltimore, MD 21224. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. (a) Responses received to this RFQ will be evaluated on the basis of Lowest-Price Technically-Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. Award will be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following: 1. The Offeror must indicate in its quotation the ability to provide the all of the essential requirements. 2. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Respondents that believe that they are manufacturers or authorized resellers of BRAND-NAME product described 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. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Specifically, 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) applies to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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, 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 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) www.sam.gov." All responses must be received no later than the closing date and time specified in this announcement and reference number HHS-NIH-NIDA-SSSA-CSS-2016-630. Responses may be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation is Hunter Tjugum, Contract Specialist, at 301-827-5304.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-630/listing.html)
- Record
- SN04276460-W 20160918/160916235958-756f6612a911b042b652ef879c8f8b00 (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 |