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 -- Brand Name or Equal: Olympus Inverted Microscope - Brand name or equal requirements

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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ1916568
 
Archive Date
8/1/2018
 
Point of Contact
Jesse Weidow, , Barbara Horrell,
 
E-Mail Address
weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov
(weidowjd@niaid.nih.gov, horrellb@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Brand name or equal requirements FedBizOps Synopsis Title: Brand Name or Equal: Olympus Inverted Microscope Solicitation Number: RFQ1916568 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 RFQ1912364 and the solicitation is issued as a Request for Quotes (RFQ). 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) 2005-99 as of 06/22/2018 The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open with brand name or equal restriction. The National Institute of Allergy and Infectious Diseases (NIAID) has a brand name requirement for the following item. These supplies will be used in the NIAID, Laboratory of Infectious Disease (LID). Place of Performance: NIH, 40 Convent Drive, Bethesda, MD 20892, United States. FOB: Destination Brand name or equal requirements: U-LH100L-3-7;12V/100W HALOGEN LAMPHOUSE,0.8M LONG CORD,WEEE - 5-UL1237 - 1 each U-RMT-1-5; EXTENSION CABLE FOR HAL LAMPHOUSE, 2M5-UL7051 each TH4-100-1-5;12V/100W POWER SUPPLY,100V INPUT, ROHS5-UT4101 each IX2-LWUCD;LONG WD DIC/PHASE CONDENSER,NA0.55,WD27MM6-U2111 each JC12V100WHAL-L;12V,100W HALOGEN BULB,BHS,AH2/3,U-LH,AX-LH8-C4062 each IX-PH1; PH1 PHASE ANNULUS FOR IX2-LWUCD, 30MMU-CD4051 each IX-PH2; PH2 PHASE ANNULUS FOR IX2-LWUCD, 30MMU-CD4061 each pE-300White Direct Couple Multi-Band / UV @400nm system, with adapter and power cordOCL-PE300WDMBBX1 each IX3-RFA;STRAIGHT ILLUMINATOR5-UR4031 each 49028-BX3; ET-DAPI 395/25X, BS425, 460/50MOCT-49028BX31 each 49002-BX3; ET-EGFP/FITC/CY2 470/40X, BS495, 525/50MOCT-49002BX31 each 49008-BX3; ET-MCHERRY/TXRED 560/40X BS585, 630/75MOCT-49008BX31 each IXplore Standard - Single Deck Backbone KitIXP-STANDARD-SBB1 each IX3-HOW-2;WELL PLATE HOLDER4-U3241 each IX3-HOS;SLIDE HOLDER4-U3231 each MT-010;LOGO CLOTH DUSTCOVER 11X25X26", ANTI-STATIC BX, IXOMT-0101 each PLN2X; PLAN ACHROMAT 2X OBJECTIVE, NA 0.06, WD 5.8MM1-U2B2211 each PLN4X; PLAN ACHROMAT 4X OBJECTIVE, NA 0.10, WD 18.5MM1-U2B2221 each UPLFLN10X2PH;U PLAN FL 10X PHASE OBJ.;PH1, NA 0.3, WD 10MM1-U2C5241 each LUCPLFLN20XPH; LWD UPLAN FLUOR 20X PH OBJ, Ph1, NA 0.45, WD 6.6-7.8mm, W/CC1-U2C3751 each Manufactured by: https://www.olympus-lifescience.com/en/products-search/?590%5Bsearch%5D%5BitemTypeId%5D=DIRT11&590%5Bsearch%5D%5Bsolution%5D=&590%5Bsearch%5D%5Bterm%5D=IXplore+&590%5Bsearch%5D%5Bsubmit%5D=Filter Submitted must include the following: Delivery charges and ETA. Warranty If quoting for equal equipment, there must be supporting documentation submitted with the quote that demonstrates how the quoted equipment meets all of the same requirements and perform the same functions. The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery time, warrant, and price and the best value to the government. The following FAR provisions apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) 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. (Dec 2014) is updated in your SAM record) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) 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 https://www.acquisition.gov/browsefar & https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html or, upon request, either by telephone or fax. Submission shall be received not later than Tuesday, July 31, 2018 at 5:00 p.m. Eastern time. Offers may be mailed, e-mailed to Jesse.weidow@nih.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Jesse Weidow @ Jesse.weidow@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ1916568/listing.html)
 
Place of Performance
Address: 40 Convent Drive, bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05001420-W 20180722/180720231028-80f601486b62a8e4b722549e4e51144c (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.