Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 08, 2017 FBO #5859
SOLICITATION NOTICE

66 -- Brand Name or Equal YSI 2900D Biochemistry Analyzer

Notice Date
12/6/2017
 
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-CSS-18-006
 
Archive Date
12/29/2017
 
Point of Contact
Jon Gottschalk, Phone: 301-443-9456, Yvette Brown, Phone: 301-443-8402
 
E-Mail Address
jon.gottschalk@nih.gov, Yvette.Brown@nih.gov
(jon.gottschalk@nih.gov, Yvette.Brown@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION Solicitation Number: HHS-NIH-NIDA-CSS-18-006 Title: Brand Name or Equal YSI 2900D Biochemistry Analyzer Description: This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made 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 (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is HHS-NIH-NIDA-CSS-18-006 and the solicitation is issued as a Request for Quotes (RFQ). This requirement was previously posted as a Small Business Sources Sought under the number HHS-NIH-NIDA-SBSS-18-006. This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-96 November 2017. The North American Industry Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 employees. The acquisition is being competed full and open / unrestricted. The National Institute on Aging (NIA) is seeking to purchase: Brand Name or Equal: YSI 2900D Biochemistry Analyzer with up to 3 biosensor modules and the following salient characteristics: • Benchtop: Yes • Certification: CE, ETL, RoHS • Compliance: 21 CFR, Part 11 GAMP 5 • Connectivity/Communications: USB, Ethernet • Graphic Display: Yes • Measurement Range: Glucose: 0.05-25 g/L, Lactate: 0.05-2.70 g/L, Glutamate: 15-1460 mg/L, Glutamine: 30-1169 mg/L, Glycerol: 0.75-40 g/L, Xylose: 0.5-30 g/L, Choline: 5-450 mg/L, Hydrogen Peroxide: 3-300 mg/L, Sucrose: 0.1-25 g/L, Ethanol: 0.04-3.2 g/L, Ethanol-HC: 0.5-40 g/L, Methanol: 0.1-2.5 g/L, Lactose: 0.05-25 g/L, Galactose: 0.1-25 g/L • Memory: Yes • Operating Temperature: 15-35°C • Parameters Measured: Glucose, Lactate, Glutamate, Glutamine, Glycerol, Xylose, Choline, Hydrogen Peroxide, Sucrose, Ethanol, Methanol, Lactose, Galactose • Power: 100-240 VAC, 50-60 Hz • Precision: Application specific, typical CV <2% • Unit of Measure: mg/dL, %, mg/L, mmol/L, g/L • Included Accessories: Printer Kit, 24 Place Capped Vial Tray Quantity: Biochemistry Analyzer - 2 each; Printer Kit - 2 each; 24 Place Capped Vial Tray - 2 each Anticipated period of performance: The required period of performance shall be delivery and installation thirty (30) days from award. Installation must be provided at Harbor Hospital, Baltimore, MD. Delivery to: Harbor Hospital NIA - Clinical Research Unit, 5th Floor 3001 S. Hanover St. 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. (a) The Government will award a fixed price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the requirements outlined in the attached Purchase Description listed in this solicitation. (b) 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. 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 (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) 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 Contractor shall comply with the following FAR clauses, which are incorporated by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)). (2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015). (3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). (5) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (6) 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (7) 52.222-3 Convict Labor (June 2003). (8) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (9) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). (10) 52.222-26 Equal Opportunity (Sept 2016). (11) 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) (12) 52.222-50 Combating Trafficking in Persons (March 2015) (13) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (14) 52.225-3 Buy American--Free Trade Agreements--Israeli Trade Act-Alternate III (May 2014) (15) 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate-Alternate III (May 2014) (16) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008). 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). 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 & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. 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. The Defense Priorities and Allocations System (DPAS) is 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, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination, Origin, etc), 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." Proposals/Quotes shall be received not later than December 14, 2017, 10:00 am eastern time Offers may be e-mailed to Jon Gottschalk, (jon.gottschalk@nih.gov). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). Fax responses will not be accepted. All responsible sources may submit an offer that will be considered by the NIA. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jon Gottschalk (jon.gottschalk@nih.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-CSS-18-006/listing.html)
 
Place of Performance
Address: Harbor Hospital, NIA – Clinical Research Unit, 5th Floor, 3001 S. Hanover St., Baltimore, Maryland, 21225, United States
Zip Code: 21225
 
Record
SN04759180-W 20171208/171206231458-d1d2d8b32a97a10e4c0b8bd1d7e79a20 (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.