Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2006 FBO #1594
SOLICITATION NOTICE

66 -- Bio-Organic Synthesizer System

Notice Date
4/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, MD, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-06-Q-0294
 
Response Due
4/20/2006
 
Archive Date
5/5/2006
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-08.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. However, this requirement is unrestricted and all interested Contractors may submit a quotation.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Bio-Organic Synthesizer System. ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Bio-Organic Synthesizer System, which shall meet or exceed the following required specifications: (1) Must be able to independently synthesize at least 4 peptide sequences; (2) Synthesis must be fully automated ? the programmed sequence must be performed using common set of reagent containers that may be used for multiple sequences- synthesis shall not exceed 3 hours per peptide- less than 3 hours is preferred; (3) The system must allow the synthesis of any peptide to begin at any time; (4) Sample handling is not required except for final precipitation step; (5) Synthesizer shall include a computer with Windows XP, Software for Synthesizer, color flat-screen monitor, and printer; (6) System shall include four glass and four plastic reaction vessels; (7) System must include the solvent cabinet with 20 liter vessel assembly and a 20 liter waste tank; (8) System must include a minimum of 20 amino acid containers; (9) The cost of operation shall be considered, i.e. Preference shall be given to systems that utilize chemicals from multiple manufacturers. Line Item 0002: Installation: The Contractor shall provide installation for the Bio-Organic Synthesizer System. Installation, at a minimum, shall include uncrating/unpackaging of all equipment, set-up and hook-up of the Synthesizer, and demonstration of all required specifications. Onsite installation and demonstration shall be done at NIST, Gaithersburg, MD. ***The Contractor shall state the warranty coverage provided for the instrumentation. *** ***Delivery shall be completed not later than 4 weeks after receipt of an order and shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-0001. *** ***Installation shall be completed not later than 2 weeks after receipt of system. Any installation charges shall be included with quotation for product.*** *** Award shall be made to the quoter whose quote offers the best value to the Government, technical capability, past performance& price shall be considered. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Past Performance and 3) Price. Technical capability and past performance shall be of equal importance to price. If Technical Capability and Past Performance are equivalent, price shall be the determining factor. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include product literature, which addresses all specifications & clearly documents that the product offered meets or exceeds the specifications identified herein.*** When evaluating technical capability, preference shall be given to systems that synthesize peptides in less than 3 hours per peptide and utilize chemicals available from multiple manufacturers. Past Performance will be evaluated to determine the overall quality of the product & service provided and the Contractor?s history of meeting delivery schedules for prior deliverables. Evaluation of Past Performance shall be based on the references provided and/or the quoters recent and relevant procurement history with NIST or its? affiliates. Offerors must provide a list of at least three (3) references to whom the same or similar equipment has been provided. *** The full text of a FAR provision or clause may be accessed electronically at www.acqnet.gov/far. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required.*** ***The following provisions & clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.212-1, Instructions to offerors-Commercial Items; 52.212-3, Offeror Representations and Certifications-Commercial Items; 52.212-4 Contract Terms and Conditions?Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items including subparagraphs: (13) 52.222-3, Convict Labor; (15) 52.222-19 Child Labor ? Cooperation With Authorities And Remedies; (16) 52.222-21, Prohibition of Segregated Facilities; (17) 52-222-26, Equal Opportunity; (18) 52.222-35 Equal Opportunity for Special Disabled Veterans; (19) 52.222-36, Affirmative Action for Workers with Disabilities; (20) 52.222-37 Employment Reports on Special Disabled Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act; (26) 52.225-13 Restriction on Certain Foreign Purchases and (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 and 0002; 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; and 4) An original and one (1) copy of the most recent published price list(s). ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Andrea G. Parekh, Building 301, Room B158, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** ***Submission shall be received not later than 3:00 p.m. local time on April 20, 2006. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the Contract Specialist (Andrea G. Parekh) @ andrea.parekh@nist.gov. FAXED QUOTES WILL NOT BE ACCEPTED. EMAILED QUOTES ARE ACCEPTABLE. ***
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, MD, Mailstop 1640
Zip Code: 20899
Country: USA
 
Record
SN01021897-W 20060408/060406220341 (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  © 1994-2020, Loren Data Corp.