Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 28, 2006 FBO #1614
SOLICITATION NOTICE

66 -- Various Laboratory Equipment

Notice Date
4/26/2006
 
Notice Type
Solicitation Notice
 
NAICS
339111 — Laboratory Apparatus and Furniture 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-0298
 
Response Due
5/5/2006
 
Archive Date
5/20/2006
 
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) 2005-09.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 339111 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 Various Equipment for a New Laboratory. ***Line items 0001-0009 and 0017 are BRAND NAME ONLY requirements.*** ***This solicitation also includes brand name or equal line items. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency?s needs.*** ***All responsible Contractors shall provide a quote for the following: Line Item 0001: Quantity Four (4) each Research pro charging stand for 4 Pipets, Brinkman Part# 13688201- Brand Name Only Line Item 0002: Quantity Two (2) Research Pro 0.5-10 Pipets W/O stand, Brinkman Part# 2137880- Brand Name Only Line Item 0003: Quantity Two (2) Research Pro 5-100 Pipets W/O stand, Brinkman Part# 2137881 ? Brand Name Only Line Item 0004: Quantity Two (2) Research Pro 20-300 Pipets W/O stand, Brinkman Part # 2137882- Brand Name Only Line Item 0005: Quantity Two (2) Research Pro 50 ? 1000 Pipets W/O stand, Brinkman Part# 2137883 ? Brand Name Only Line Item 0006: Quantity Two (2) Research Pro 8CH 5-10 Pipets W/O stand, Brinkman Part # 2137889 ? Brand Name Only Line Item 0007: Quantity Two (2) Research Pro 8CH 5 -100 Pipets W/O stand, Brinkman Part #2137890 ? Brand Name Only Line Item 0008: Quantity Two (2) Research Pro 8CH 20-300 Pipets W/O stand, Brinkman Part # 2137891 ? Brand Name Only Line Item 0009: Quantity One (1) Research Pro 12CH 20-300 Pipets W/O stand, Brinkman Part # 2137898 ? Brand Name Only Line Item 0010: Quantity One (1) Millipore Part # ZM QK6 VFT1 - Milli-Q Synthesis Water Purification System A10 Bench Kit 120V or EQUIVALENT, meeting the following salient characteristics: 1) Total organic content (TOC) must be ppb: 2-5; 2) Microorganisms - cfu/mL: less than 1; 3) System must use Q-Gard, Quantum, Millipak Cartridges ; 4) Resistivity, compensated to 25 degrees C; 5) Must produce 18.2 OhmW-cm ultrapure water quality with 1-5 ppb TOC and less than 0.001 EU/mL pyrogen levels; 6) Voltage - 120 V/60 Hz; 7) Flow Rate must be mL/min 1; 8) Feedwater requirements - DI or Distilled. Line Item 0011: Quantity One (1) Shaker MDL C-25KC Incubator/Refrigerator, New Brunswick Scientific Part # M12460010, or EQUIVALENT, meeting the following salient characteristics: 1)Incubator must possess 17 degrees below ambient temperature to 60 degrees temperature control with plus or minus 0.25 degrees C; 2) Incubator must have the ability to hold 6-12 flasks from microliter plates up to 6L volumes (Erlenmeyer flask) or various sizes simultaneously; 3) Microprocessor controller must ensure precise speed and temperature accuracy, reproducibility and reliability; 4) The Agitation rate must be maintained from 40 to 400 rpm. Line Item 0012: Quantity One (1) New Brunswick Scientific Part # M1250-9902 ? 18 inch x 18 inch Universal Platform or EQUIVALENT, meeting the following salient characteristics: 1) The Platform must provide the flexibility for mixing different size test tubes and glassware on a single platform; 2) The platform must have greater than 6 mounting holes which allow one to add and interchange clamps and test tube racks, at users discretion. Line Item 0013: Quantity One (1) Fisher Scientific ISOTEMP Plus General Purpose Freezer or EQUIVALENT, meeting the following salient characteristics: 1) Freezer must be greater than or equal to 23.1 Cubic Feet; 2) Must maintain temperature within negative 12 to negative 30 degrees C; 3) Freezer must be approved for chemical/biological storage; 4) Freezer must be self defrosting and must be stainless or aluminum on the inside and out to minimize corrosion. Line Item 0014: Quantity One (1) Fisher Scientific ISOTEMP Plus General Purpose Refrigerator or EQUIVALENT, meeting the following salient characteristics: 1) Refrigerator must be greater than or equal to 23.1 Cubic Feet; 2) Refrigerator must reach negative 4 degrees C; 3) Refrigerator must be approved for chemical/biological storage; 4) Freezer must be self defrosting and must be stainless or aluminum on the inside and out to minimize corrosion. Line Item 0015: Quantity One (1) Pack Hoshizaki Floor Model - Ice Machine Modular Flaker - Part # F450MAH/B300PF or EQUIVALENT, meeting the following salient characteristics: 1) Ice machine must fit in a 34 inch W by 24 inch D space; 2) Ice machine must be able to dispense flaked/chipped ice or cubed ice; 3) Must be in a pack of 2. Line Item 0016: Quantity One (1) Nanodrop Technologies Part # NC9223823 - Nanodrop spectrophotometer- or EQUIVALENT, meeting the following salient characteristics: Spectrophotometer must be able to measure: 1) 2 uL or less protein and DNA/RNA solutions with 0.005 absorbance units accuracy; 2) 10 second or less readout time; 3) 230-750 nm minimum spectral range without dilutions for assay versatility 0.1 mg/mL to 100 mg/mL concentration range for proteins ~ bovine serum albumin; 4) 2 ng/uL - 2000 ng/uL concentration range of double stranded DNA Operate on capillary action without need for cuvettes; 5) Needs to fit into maximum 9 inch by 9 inch space. Line Item 0017: Quantity One (1) Brinkman Part # 04987138 - R 205C 24/40 Roto Evaporator Brand Name Only. ***The Contractor shall state the warranty coverage provided for all equipment. *** ***Delivery shall be completed not later than 4-6 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. *** *** Award shall be made to the lowest priced, technically acceptable quoter. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting the Requirement," and 2) Price. Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature which addresses all salient characteristics, and clearly documents that the offered product meets salient characteristics stated above and meets the needs of the Government in essentially the same manner as the brand name.*** *** 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 clauses apply to this acquisition: 52.204-7 Central Contractor Registration, 52.211-5 Brand Name or Equal; 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: (14) 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, Veterans of the Vietnam Era, and Other eligible Veterans; (24) 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act- Alternate (II); (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 through 0017; 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). ***It is requested that the Contractor state the items that can be offered on a GSA Schedule. GSA pricing is not required.*** ***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 3:30 p.m. local time on May 05, 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, Mail Stop 1640, Gaithersburg, MD
Zip Code: 20899
Country: USA
 
Record
SN01035405-W 20060428/060426220511 (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.