Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2007 FBO #2092
SOLICITATION NOTICE

66 -- Intravascular Ultrasound Imaging System

Notice Date
8/17/2007
 
Notice Type
Solicitation Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NHLBI-PB-(HL)-2007-224-DDC
 
Response Due
8/29/2007
 
Archive Date
9/13/2007
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 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 reference solicitation number is: NHLBI-PB(HL)-2007-224-DDC. This solicitation is issued as a Request for Quotation (RFQ). This acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-18. The total dollar amount, including options will not exceed $5 million. The acquisition is being conducted as a full and open competitive, with no set aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334519 and the associated small business size standard is 500 employees. The delivery point is the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Laboratory of Molecular Biophyics 50 South Dr. Building 50 Room 3517 Bethesda, Maryland, and Laboratory of Cardiac Energentics, 10 Center Dr. Bethesda, Maryland. The National Heart, Lung, and Blood Institute?s (NHLBI), Office of Acquisitions, intends to award a purchase order for items 1 - 9, quantity one (1) each manufactured by, PI (Physik Instruments LP), 16 Albert Street, Auburn, MA., 01501. Separate quotations are to be prepared and submitted for line item one (1) and line items 2 - 9, one (1) each item, total of two (2) quotes. Item one (1): Part Number, M-824-3DG, Hexapod, Compact 6-Axis MicroMotion Robot, DC Gearhead Drive with Controller and Software, quantity 1 each. Item two : Part Number, P-561.3CD, PlMars XYZ Piezo Nanopositioning/Scanning Stage, 100x100x100 m, Parallel Direct Metrology, Sub-D, quantity one (1) each. Item three: Part Number, E-710.3CD, Digital Piezo Controller, 3 Channels, Sub-D Connector, quantity one (1) each. Item four: Part Number, M686.XYPM, PILine Piezo Motor XY Open Stage System, includes M-685,.164 stage and 2xC-888.D64 Controllers, quantity one (1) each. Item five: Part Number, S-334.2SL, Piezo Tip/Tilt Mirror, 50 (100mrad Closed-Loop, SGS, quantity one (1) each. Item six: Part Number, E-501.00,Piezo Controller Basic Chassis 9.5 w/Multi-Voltage Power Supply, quantity one (1) Item seven: Part Number, E-503.00, LVPZT Piezo Amplifier Module-20 to 120V, 3 Channels, quantity one (1) each. Item eight: Part Number, E-509.S3, Sensor & Position Serv-Control Module for Piezo-Division Nanopositioning System, Strain Gauge Sensor, 3 Channels, quantity one (1) each. Item nine: Part Number, E-5156.13, Display/Interface Module 20 Bit IEEE488/RS232,3 Channels, quantity one (1) each. The government?s required delivery date is five (5) to six (6) weeks after receipt of purchase order. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose Part meets the Government?s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the Part proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the Part proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request Part samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov . The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due Friday, August 24, 2007, 8:30 a.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-224-DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda MD
Zip Code: 20892-7902
Country: UNITED STATES
 
Record
SN01376224-W 20070819/070817220644 (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.