Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 07, 2005 FBO #1258
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
5/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI5068
 
Response Due
5/20/2005
 
Archive Date
6/4/2005
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number for this acquisition is NOI5068, and is being issued as a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-03. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business concern. The associated North American Industry Classification System (NAICS) Code 339111, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure a Buxco Whole Body Plethysmography instrument from Buxco Electronics, Inc. Buxco is the only known vendor with an animal chamber that is designed to make repeated assessments of ventilatory function and airway reactivity in conscious, unrestrained small animals. The instrument is to minimize physiologic reactance and reduce animal preparation time as well as to allow long term measurements and enable administration of a variety of aerosols in a controlled and repeatable manner. Monitor animals simultaneously to allow us to examine control and experimental animals in the same experimental run reducing variation. Provide control over airflow and dilution of concentrated aerosols from a nebulizer. The following instrument and products may be acquired under this acquisition: Item/Description/ Quantity: (1) BioSystem XA version core software, qty-1, (2) Whole Body Flow Derived Parameters Analyzer, qty-1, (3) Mini Max: enclosure, backplane, power supply & interface 12 slots, qty-1, (4) Max II Strain Gauge or Blood pressure preamplifier module-1 channel, qty-6, (5) Conscious Mouse WBP-Unrestrained WBP Plethysmograph, low noise design, qty-6, (6) Flow measurements transducer, metal case, qty-6, (7) 9-10 LPM aerosol system (mouse) qty-1, (8) 4-mouse bias flow box with meters and flow control, qty-2, (9) Aerogen nebulizer head 4-6um, qty-2, (10) 2-site drying stand, with drying columns, filters, tubing, and fittings, qty-1, (11) 4-site drying stand, with drying columns, filters, tubing, and fittings, qty-1, (12) USB 2 Analog-Digital device, 16-channel, qty-1, (13) USB 2.0 PCMCIA card, qty-1, (14) Include USB License Key, qty-1, (15) Installation, Service, and Training at a University or other non-profit, qty-1, (16) Application Support. Reasonable phone and email support. Free minor software updates on major upgrades. Free maintenance kits. Visits and data review services 12 months, qty-1. The following factors shall be used to evaluate offers: 1) price, 2) warranty, and 3) technical capability to meet required specifications. Place of delivery NIH/NIAID, Bethesda, Maryland, 20892. The government will award a fixed price purchase order to the responsible contractor. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. A completed copy of provisions at FAR 52.212-3 Offerors Representations and Certifications Commercial Items must be included. Copies of the aforementioned clauses are available upon request by telephone to Ms. Tonia Alexander at (301) 496-2607. Offerors must include with their offer a completed copy of the provisions at FAR 52.212-3, Offerors Representations and Certifications ? Commercial Items. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) May 20, 2005 to Tonia Alexander. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE62C/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. In order to be considered for an award, offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ 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.
 
Place of Performance
Address: NIH/NIAID Bethesda, MD
Zip Code: 20892
 
Record
SN00801506-W 20050507/050505211743 (fbodaily.com)
 
Source
FedBizOpps.gov 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.