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 -- Instrument Laboratory

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 Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, MD, 20817, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NOI7135
 
Response Due
9/24/2007
 
Archive Date
10/9/2007
 
Description
This is a combined synopsis solicitation/notice of intent for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this FAR notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. This requirement is being issued as a sole source Notice of Intent under NOI7135. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-18. This acquisition will be processed under Simplified Acquisition Procedures (SAP) The North American Industry Classification System (NAICS) code for this acquisition is 334516 and the Small Business Size standard is 500 employees. The National Institute of Allergy and Infectious Diseases (NIAID) have a requirement to procure an X-Ray Generator System from Rigaku. NIH intends to replace an Ailing X-Ray Generator and the Beam Focusing Unit on existing equipment. Rigaku is the manufacture of both units. The intention to sole source this acquisition is to ensure the compatibility between the new generator and the exiting detector (Model: Raxis IV, Mfg: Raxis IV Imaging plate detector, S/N UD2792N). The system include: (1) complete, turnkey X-ray beam module, consisting of a high performance X-ray optic designed and manufactured by Rigaku, factory integrated and tested with a sealed micro focus tube and generator, 20 micron bean size on the anode, collimator, beam stop (.045 inches), helium regulator, helium flow gauge, and helium hoses for helium purging of optical path, 300 mm beam height. Source of helium to be provided by customer. (2) MM2- TABLE08: microMax-002+ mounting table. (3) HAS Pending: haskris refrigerated heat exchanger (water cooled). Close temperature control to # .1 C. (4) De-installation and re-installation of Rigaku R-AXIS IV++ (SN#XD2840N) with inv.phi from the right port of the RU200 (SN# OO06114) to the right port of the MixroMax002+. , The R-AXIS IV ++ must be up and running prior to de-installation. If the system is not operational then Rigaku reserves the right to charge additional funds to bring it to an operational state. The FOB Point shall be Destination, Rockville MD. 20852. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.225-1 Buy American Act; FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; FAR 52.212-4 Contact Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders Commercial Items; FAR 52.212-2 Evaluation Commercial Item; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at online Representations and Certifications Application (ORCA) https;//orca.bpn.gov. (B) (1) By submission of an offer, the Offeror acknowledges the requirement that a prospective awardees shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement , basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/cc/dllis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to Diane Jeffers at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 P.M Daylight Saving Time (DST), September 24, 2007. For Delivery though the U.S Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52D, Bethesda, MD 20817-4811. Requests for information concerning this requirement are to be addressed to Diane Jeffers at 301-402-2282. Collect calls will not be accepted.
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, MD,
Zip Code: 20892
Country: UNITED STATES
 
Record
SN01406969-W 20070916/070915193417 (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.