SOURCES SOUGHT
66 -- Procurement of Brand Name or Equal Biocare Medical intelliPATH FLX Automated Slide Staining System, Immunohistochemistry Automated Slide Staining Instrument
- Notice Date
- 4/10/2018
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC82537-88
- Archive Date
- 5/1/2018
- Point of Contact
- Ricky J. Watson, Phone: 2402766594
- E-Mail Address
-
ricky.watson@nih.gov
(ricky.watson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Number: SBSS-N02RC82537-88 Issued By: National Cancer Institute (NCI), Office of Acquisitions (OA) http://www.nci.nih.gov Key Dates: Capability Statement Due Date: Monday, April 16, 2018 by 9:00 AM EST This Small Business Sources Sought Notice (SBSS) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the National Cancer Institute (NCI). The purpose of this Sources Sought Notice is to identify qualified small business concerns including 8(a), HUBZone or Service-Disabled Veteran-owned business concerns that are interested in and capable of performing the work described herein. The NCI does not intend to award a contract based on responses received nor otherwise pay for the preparation of any information submitted. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1,000 employees. As a result of this Sources Sought Notice, the NCI may issue a Request for Quotation (RFQ). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. However, should such a requirement materialize, no basis for claims against NCI shall arise as a result of a response to this Sources Sought Notice or the NCI's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. The Contractor shall provide a brand name Biocare Medical intelliPATH FLX Automated Slide Staining System or equal instrument that possesses the following product features/characteristics: • Automated IHC slide staining • Multiplex IHC capability • Wide format slide configuration, accommodates 50 x75 mm (2x3 large slides) • Flexible programming for variable IHC protocols • Capability to utilize third party reagents • Multiple tray capacity with independent simultaneous operation • Reagent vials and wash buffer carboys • Reagent mixing capability • Waste collection • Barcoding • Three years of on-site warranty (or commercial standard), parts and labor to be included • Instrument installation and product training • Unlimited technical phone support DELIVERY / INSTALLATION / TRAINING Delivery time is within two weeks from the time of purchase. Installation and three days of training shall be provided by application specialists at the customer's location for no additional cost. Unlimited access to application specialists via phone support shall be available from the Contractor. Delivery will be made to Bethesda, MD. Full delivery address to be provided with award. Delivery Point: All information furnished must be in writing and must contain sufficient detail to allow the NCI to determine if it can meet the unique specifications described herein. All questions must be in writing and should be emailed to Ricky Watson, Contract Specialist at ricky.watson@nih.gov. A determination by the Government not to compete this requirement based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy when submitting the quote. No collect calls will be accepted. Please reference number SBSS-N02RC82537-88 on all correspondence. Disclaimer and Important Notes: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, an RFQ may be published. However, responses to this notice will not be considered adequate responses to a solicitation(s). FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. FAR 52.217-8 OPTION TO EXTEND SERVICES (NOV 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 30 days. Point of Contact: Inquiries concerning this Notice may be directed to Ricky Watson (contact information above).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC82537-88/listing.html)
- Record
- SN04884096-W 20180412/180410230802-9ce65df5734ea3d3789957562f1218b1 (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 |