Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2018 FBO #6088
SOLICITATION NOTICE

68 -- Transfection Reagents

Notice Date
7/23/2018
 
Notice Type
Presolicitation
 
NAICS
325414 — Biological Product (except Diagnostic) 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
NIHDA201800367
 
Archive Date
8/14/2018
 
Point of Contact
Donna Morris, Phone: 3014962076, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
donna.morris@nih.gov, schmidtjr@mail.nih.gov
(donna.morris@nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
PRE-SOLICITATION NOTICE OF INTENT NON-COMPETITIVE Title: "Transfection Reagents" The Solicitation Number is NIHDA201800367 and the solicitation is issued as a Request for Quote (RFQ). INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT 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 Acquisition, on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to Life Technologies Corporation, 3175 Staley Road, Grand Island, New York 14072 for Transfection Reagents that are currently used for NCATS studies and required for continuity. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS Code 325414 with a Size Standard of 1250 employees. REGULATORY AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulations (FAR) Part 13-Simplifed 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 acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 13.106-1 (b) (1), Soliciting from a single source. The resultant contract will include all applicable provisions and clauses of the Federal Acquisition Regulation (FAR) in effect through the Federal Acquisition Circular (FAC) 2005-99, dated June 15, 2018 Project Description The purpose of this requirement is to acquire Transfection Reagent. Lipofectamine® RNAiMAX Transfection Reagent Life Technologies, Catalog# 13778150 Size: 1.5 mL Reserve #03162018 Quantity: 120 x 1.5mL Vial Delivery Date Delivery to be made within 15 days after receipt of order. Delivery Location NCATS 9800 Medical Center Drive, Rockville, Maryland 20850 CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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." A determination by the Government not to compete this proposed purchase order based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by 2:00 pm EST, July 30, 2018 and reference Solicitation Number NIHDA201800367. Responses must be submitted electronically to Donna Morris, Contracting Officer, donna.morris@nih.gov. FAX responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800367/listing.html)
 
Place of Performance
Address: Rockville, Maryland, United States
 
Record
SN05002724-W 20180725/180723230914-bf57bd1274529be25ba254657861ee59 (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.