Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2007 FBO #2120
SOLICITATION NOTICE

66 -- BIO-PLEX PROTEIN ARRAY 200 SYSTEM

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320 3900 NCTR Road, Jefferson, AR, 72079-9502, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
1033386
 
Response Due
9/19/2007
 
Archive Date
10/4/2007
 
Description
The Food and Drug Administration intends to award a purchase Order for the equipement below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 12.6. Award will be made immediately after the response date of this notice. (i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This notice of intent is not a request for competitive proposals; however, interested persons may identify their interest and capability to respond to the requirement or submit proposals, which will be considered by the agency. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. (ii) The solicitation number is 1033386. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18, July 5, 2007. (iv) The associated North American Industry Classification System (NAICS) Code is 334516. (v) The Food and Drug Administration is soliciting for the quantity of items as set forth below: (1) 4EA - 171000205 Bio-Plex Protein Array 200 System + HTF, 100-240V. Includes: (a) Bio-Plex 200 Reader (b) Bio-Plex 200 Microplate Platform (c) Bio-Plex HTF, Computer, Flat Screen Monitor (d) Bio-Plex Manager 4.1, Standard Edition Software (e) Workstation License, Calibration Kit, Validation Kit 4.0 (f) MCV Plate III, and Sheath Fluid. (g) ON-SITE TRAINING (2) 4EA - 7326470 Aurum Vaccum Manifold (vi) Contract Type: Commercial Item-Firm fixed price. Simplified procurement procedures will be utilized. (vii) FOB Point: Origin 2-5 weeks after receipt of order (viii) The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (ix) The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; The technical evaluation will be determination as to whether the proposed contractor is capable of providing the equipment. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. (x) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with its offer. Offers must be submitted on a SF-1449, which can be found at www.gsa.gov. (xi) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6, 52.219-8, 52.219-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52,222-35, 52.222-36, 52.222-37, 52.222-39, 52.225-1, 52.225-13, 52.232-33 and 52.232-34. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. (xiii) A standard commercial warranty on parts and workmanship is required. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xv) This is not a solicitation for competitive proposals. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities in writing, to the Government point of contact. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive proposal. The proposal must reference solicitation number 1033386. The Offers are due in person, by mail or fax on or before September 19, 2007 by 13:00 hours (Eastern Time) at Food and Drug Administration, 60 8th St., NE Atlanta, GA 30309. Contractor must be registered in the Central Contractor Registration (CCR) in order to receive an award. (xvi) For information regarding this solicitation, please contact Thomas Dumas @ 404-253-1253, FAX 404-253-2256, email thomas.dumas@fda.hhs.gov.
 
Place of Performance
Address: Food and Drug Administration, 22201 23rd Drive, SE, Bothell, WA
Zip Code: 98021
Country: UNITED STATES
 
Record
SN01406944-W 20070916/070915193347 (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.