Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2018 FBO #6085
SOLICITATION NOTICE

66 -- Purchase four BMG Labtech PHERAstar FSX multimodal microplate readers with stackers - acquisition documents

Notice Date
7/20/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIHDA201800305
 
Point of Contact
Stuart G. Kern, Phone: 301-402-3334
 
E-Mail Address
stuart.kern@nih.gov
(stuart.kern@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH invoice and payment provisions (2-2014) FAR 52.212-5 Sole source (including brand name) justification. NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Purchase four PHERAstar FSX multimodal microplate readers with stackers (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 NIHDA201800305 and the solicitation is issued as a request for quotation. 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 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) Office of Acquisitions, NCATS Section, on behalf of the National Center for Advancing Translational Sciences, intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to BMG Labtech, 13000 Weston Parkway, Suite 109, Cary, NC 27513, for four PHERAstart FSX multimodal microplate readers with stackers. 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 FAR section 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)(iv), the justification for the brand name restriction is attached to this solicitation. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99-1 dated 7/16/2018. (iv)The associated NAICS code is 334516 and the small business size standard is 1000 employees. (v)The NCGC, Tox21 and Robotics Screening Lab at NCATS seek to purchase BMG PHERAstar FSX multimodal plate readers for integration on the fully automated Thermo Scientific robotic platform. The robotic system currently features key elements for an automated screen (reagent dispenser, incubators, pintool, and robotic arms), but lacks a plate reader. The addition of the plate reader will make it possible for assays to be run in a fully automated fashion. (vi)The PHERAstar FSX multimodal plate readers are commercially available items that are customized with options to fit the specific laboratory needs. Each of the four specific units required will include features and options as listed below: 0902-101 STACKER III Discount for Buying multiple Stackers 1500-MAG-9001 Plate Magazine for 900 Stacker in place of one with 50 plate magazine 1300-540 Barcode Readers Free with TRF Laser 0472-101A PHERAstar FSX Basic 1100-472-401 Absorbance FS Spectrometer 1100-472-501 High-End TRF/HTRF 1100-472-502 TR-FRET Laser 1100-472-601 HTS AlphaScreen Laser 1300-500 Manufacturer's Warranty 1300-501 Control and Evaluation Software 1300-502 Installation and Training 1300-530 Standard Incubation 1300-560 Multi-PMT Measurement System 1300-570 Simultaneous Dual Emission 1400-G2M-FI-485-520 Optic Module Comes with base instrument 1400-G3M-AS-680-570 Optic Module 1400-G3M-AS-680-615 Optic Module 1400-G3M-FI-410-460-530 Optic Module GeneBLAzer 1400-G3M-TRF-337-665-520 Optic Module 2000-201 Standard Freight Shipping & Handling Shipping for 4 PHERAstars and Stackers (vii)The products will be delivered FOB destination within 7 weeks after receipt of order. (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. The following factors shall be used to evaluate offers: whether the offer conforms to the brand-name specification. Technical factors are paramount. Technical and past performance are significantly more important than cost or price. (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. Addendum to FAR clause 52.212-2, Contract Terms and Conditions - Commercial Items: paragraph 52.212-4(g), Invoice, is replaced with the NIH Invoice and Payment Provisions (2-2014), attached. (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)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 by July 27, 2018, at 4:00 p.m. Eastern time and reference solicitation NIHDA201800304. Responses must be submitted electronically to Stuart Kern, Contract Specialist, at stuart.kern@nih.gov. Fax responses will not be accepted. (xiv)For further information about this solicitation, contact Stuart Kern, Contract Specialist, 301-402-3334, stuart.kern@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800305/listing.html)
 
Place of Performance
Address: National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05000971-W 20180722/180720230841-d768cab8dc3d381ca4f327a03d62469b (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.