SOLICITATION NOTICE
66 -- VL4 Laser Spinning Disk Laser Launch System for the National Institute of Neurological Disorders and Stroke (NINDS) Cellular and Developmental Neurobiology Section (CDNS) - Package #1
- Notice Date
- 8/23/2017
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-NOI-2017-722
- Archive Date
- 9/12/2017
- Point of Contact
- Michelle C. Morelli, Phone: 3018270914
- E-Mail Address
-
michelle.morelli@nih.gov
(michelle.morelli@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Purchase Description NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION VL4 Laser Spinning Disk Laser Launch System for the National Institute of Neurological Disorders and Stroke (NINDS) Cellular and Developmental Neurobiology Section (CDNS) (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-NOI-2017-722 and the solicitation is issued as an 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. 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 Neurological Disorders and Stroke intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to BioVision Technologies for VL4 Laser Spinning Disk Laser Launch System. 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 Subpart 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 2005-95, dated 01-19-2017. (iv) The associated NAICS code 334516 and the small business size standard 1000. (v) The Contractor shall provide a VL4 Laser Spinning Disk Laser Launch System. Refer to the attached "Purchase Description Attachment" for Request for Quotation (RFQ) equipment requirements. (vi) A VL4 laser Spinning Disk Laser Launch System is required to replace an existing spinning disk laser launch system. The BioVision Product ID: VL4-404-445-448-561and includes 405-100, 445-80, 488-150 and 561-50 clean up filters. (vii) Contractor shall deliver, install, and integrate equipment with existing I-Vision-Mac software within 2.5 months after receipt of order. Refer to attached "Purchase Description Attachment" for delivery date, installation, and integration and requirements. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) 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. Refer to attached "Purchase Description Attachment" for evaluation criteria and methodology. (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. (xiii) The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are not additional contract requirement(s) or terms and conditions applicable 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. 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 by August 28, 2017 at 8 PM Eastern Standard Time> and reference number HHS-NIH-NIDA-SSSA-NOI-2017-722 Responses may be submitted electronically to Michelle Morelli, Contract Specialist, michelle.morelli@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Michelle Morelli/301-827-0914
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-2017-722 /listing.html)
- Record
- SN04642069-W 20170825/170823232432-b880476beec858c5aacc9acf19e1f411 (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 |