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 -- Laboratory Equipment

Notice Date
9/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument 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-HG-2007-260-KLW
 
Response Due
9/28/2007
 
Archive Date
10/13/2007
 
Description
This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format of FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes a combined synopsis/solicitation, and a separate written solicitation will not be issued. This solicitation is a Request for Quotation (RFQ). The reference solicitation number is NHLBI - PB-HG-2007-260-KLW This acquisition is in accordance with the simplified acquisition procedure authorized in FAR Part 13, and as a result, a purchase order will include all applicable provisions and clauses in effect through the Federal Acquisitions Circular 05-19. The total contracted dollar amount, including options will not exceed $5 Million. This requirement is being conducted on a non-competitive sole source basis and is classified under the North American Industry Classification System (NAICS) code applicable to this requirement as 334516 and the business size standard is 500 employees. The Government?s anticipated delivery date is sixty (60) calendar days after contract award. The delivery point is the National Institutes of Health, National Human Genome Research Institute (NHGRI), Bethesda, Maryland. Market research conducted by the Government has determined that Genetic Analysis Systems are manufactured in sufficient quantities by at least three (3) manufacturers which confirm the commercial market. The National Institutes of Health (NIH), National Heart Lung and Blood Institute (NHLBI), office of Acquisitions (OA) for the National Human Genome Research Institute (NHGRI), intend to award a single fixed priced purchase order for the purchase of the Cell Lab Quanta SC. This instrument is a multi-color bench-top flow cytometer, which will be used to quantitate up to 96 samples during a single unsupervised run. This would allow the ability to simultaneously process multiple parts of large experiments. Purchasing this particular instrument would allow several branches within NHGRI to utilize it for various testing on many ongoing studies. This Cytometer would be used to quantitate GFP positive transfected cells, to measure the volume of cells, to measure true quantitation of stained cell populations. The sole source determination is based upon the fact that this vendor offers the only flow cytometer system to utilize a triangular designed flow cell for increased stability of the flow stream yielding high resolution data. It is the only flow cytometer to utilize coulter volume measurement to accurately size and count. All other cytometers merely measure relative to size, because they can not measure volume they can not give quantitative counts. It is also the only flow cytometer that incorporates coulter volume with three color fluorescent channel detection and side scatter which allows the ability to measure the size of individual cells and the size of a stained population. Given it?s many advantages it will provide the best value to the government. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Item 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 product 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 product proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the product 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 price standpoint. However the Government reserves the right to conduct discussions, request product samples or demonstrations, if later determined by the Contracting Officer 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 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. This notice of intent is not a request for competitive proposals. Interested parties may identify their interest and capabilities in response to this synopsis. The determination by the Government not to compete the proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct future competitive procurement. Inquiries to this announcement, referencing solicitation number NHLBI-PB-HG-2007-260-KLW may be submitted by mail to the National Heart Lung, and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, MD 20892-7902, Attention: Kesha Williams, Contract Specialist, or by fax transmission to (301) 480-3345. Responses may be submitted electronically to williamk@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a response, which if timely received, shall be considered by the agency.
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892-0001
Country: UNITED STATES
 
Record
SN01406957-W 20070916/070915193405 (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.