Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
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, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817
 
ZIP Code
20817
 
Solicitation Number
NOI5083
 
Response Due
7/5/2005
 
Archive Date
7/20/2005
 
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; quotes are not being requested and a written solicitation will not be issued for solicitation number NOI5083. 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 not a Small Business Concern. The associated North American Industry Classification System (NAICS) Code 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure on a sole source basis from BD Biosciences a LSR II Flow Cytometer Special Order System (quantity-1): Includes a LSR II (Blue laser/Red laser/Green laser configuration) provides a solid-state 532nm green laser (0-150mw) a Radius 638 Red laser (25mw) and 488nm blue laser (20mw) with the ability to detect 5-colors from the green laser, 2 colors from the red laser and 2 colors off the blue laser utilizing fiber optic technology. Digital acquisition system allows for inter-and intra beam compensation as well the ability to threshold on any parameter. Accessories include: Dichroic mirrors and bandpass filters configured to detect the following scatter parameter, fluorochromes or dyes: Blue Laser-SSC,FITC,PerCP; Green Laser-PE,PE Texas Red,PerCP Cy55,PE Cy5,PE CY 7; Red Laser-APC,APC CY7. Power conditioners, FACS Rinse and FACS Clean are included. The HP xw4200 Workstation includes: 3.0 GHz P4 processor (800 MHz bus); 2 GB Memory; Network cards: HP GB ENET NIC; Dual Hard Drives (40 GB and 160 GB); Internal Iomega 750 Zip Drive; Internal 4.7 GB DVD + RW/CD-RW; Internal 3.5? 1.44MB Floppy Drive; Keyboard and Mouse; 19? Monitor (2) and Ricoh Printer. The LSR II System will utilize a green 532 nm laser as its primary laser and is configured for a maximum of 13 fluorescent parameters using 4 lasers. Use of the green laser yields and 8-10 fold improvement in signal to noise, which is of particular importance in the above research projects, because allergy effectors cells (mast cells, basophils, eosinophils, Th2 cells) are typically of exceedingly low frequency. Trade-in of (Apple) Power Macintosh G3 S/N#SG919BYAGHX computer. Anticipated Date of delivery ? July 11, 2005; place of delivery- NIH/NIAID, Maryland 20892; FOB origin. Contractor must include any warranty. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items. FAR 52.212.3 Offerors 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. Offeror must include with their offer a completed copy of provisions at FAR 52.212-3 Offerors Representations and Certications ? Commercial Items. As prescribed in 4.1104, use the following clause (52.204-7), Central Contractor Registration (Oct 2003) ?Registered in the CCR database,? means that (1)The Contractor has entered all mandatory information, including the DUNS number or the DUNS+4 number, into the CCR database; and (2)The Government has validated all mandatory data fields and has marked the record?Active.? In order to be considered for an award, offeror must have completed the online electronic Representations and Certications 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. Offer must be submitted no later than 5:00P.M. Eastern Daylight Time (EDT), July 5, 2005 to Shirlene Smith . Copies of the aforementioned clauses are available upon request by telephone to Shirlene Smith at (301)496-2607. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive/MSC4812, Room 2NE70-A, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Shirlene Smith (301)496-2607. Collect calls will not be accepted. All responsible sources may submit an offer that will be considered by this agency.
 
Place of Performance
Address: Delivery to: NIH/NIAID, Rockvile,MD
Zip Code: 20892
 
Record
SN00836029-W 20050626/050624211819 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.