Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 08, 2007 FBO #2203
MODIFICATION

66 -- Laboratory Equipment - Laser Scanner

Notice Date
12/6/2007
 
Notice Type
Modification
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
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
20892-7902
 
Solicitation Number
NHLBI-PB-HG-2008-021-KLW
 
Response Due
12/20/2007
 
Archive Date
1/4/2008
 
Point of Contact
Kesha Williams, Contract Specialist, Phone (301) 435-2605, Fax (301) 480-3345
 
E-Mail Address
kw139c@nih.gov
 
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-2008-021-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 full and open basis with no small business set aside restrictions. The North American Industry Classification System (NAICS) code applicable to this requirement is 423450 and the business size standard is 100 employees. The Government?s anticipated delivery date is forty - five (45) 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 the FLA-5100, a Multi- functional High Resolution Image Analysis System is manufactured in sufficient quantities by FujiFilm 419 West Avenue, Stamford, CT 06902 and meets all of the Governments specifications. The Typhoon Trio manufactured and distributed solely by GE Healthcare is a similar piece of equipment available within the market. Other pieces of equipment similar in nature are also marketed and sold through other re-sellers 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 Typhoon Trio. This scanner is a multi-format laser-based scanner, that will be used for the detection of fluorescence, imaging of radioisotopes, and digitization of biological samples used in lab work. Description: ? Can image samples up to 40x46 cm in size ? Scans storage phosphor imaging plates directly, with no glass interface through use of a removable magnetic imaging pate holder. ? Fluorescent samples are scanned on a removable and washable glass fluorescent sample holder. ? Capable of scanning micro titer plates and glass supported gels directly by use of a removable multi-format sample holder ? Optical design uses air interface between optical elements instead of fiber optics. ? Equipped with three lasers of 473, 532 and 635 nanometers in wavelength ? 473 and 532 nanometer lasers are solid-state second harmonic generation type. ? A fourth internal bay for an additional laser and capacity for a single external laser for future expansion. ? System software compatible with Macintosh computer platform ? Include an extended one-year warranty ? Provide free on-site training ? Scanning time for 20cm x 23cm area at 25 um resolution is less than 35 minutes ? Display parameters of color and brightness/contrast adjustable during scanning. ? Capable of scanning gels up to 20 mm thickness 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. Inquiries to this announcement, referencing solicitation number NHLBI-PB-HG-2008-021-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, by fax transmission to (301) 480-3345 or by email to williamk@nhlbi.nih.gov. 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. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (06-DEC-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-HG-2008-021-KLW/listing.html)
 
Place of Performance
Address: Bethesda, MD
Zip Code: 20892-0001
Country: UNITED STATES
 
Record
SN01465592-F 20071208/071206232713 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.