Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SPECIAL NOTICE

66 -- System for custom and application-specific genotyping.

Notice Date
8/18/2008
 
Notice Type
Special Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6100 Executive Blvd, Rm 7A07, Rockville, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NIHOD2008094
 
Point of Contact
Terita R Stevenson,, Phone: 301-402-3727
 
E-Mail Address
stevenst@od.nih.gov
 
Small Business Set-Aside
N/A
 
Description
THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR A PROPOSAL. A SOLICITATION DOCUMENT WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The National Institutes of Health, NIH, Office of the Director, OLAO, OA, for the National Eye Institute, NEI, intends to award a single, fixed price purchase order on a noncompetitive (sole source) basis under the authority of FAR Part 6.302-1 with Affymetrix, Inc., 3420 Central Expressway, Santa Clara, CA 95051. The Solicitation # NIHOD2008094 is being used for this requirement. The Government anticipates awarding this requirement as a Firm Fixed Price purchase order. The North American Industry Classification System code is 334516 with a small business size standard of 500 employees. The requirement at The National Eye Institute is for (1) GSC3000 TG SYSTEM. The delivery of the system is to be no later than November 1, 2008. ADDITIONAL INFORMATION FOR YOUR CONSIDERATION: Central Contractor Registration (CCR) and Payment Information in accordance with FAR 4.1102, the Government requires contractors be registered in the Central Contractor Registration (CCR) database in order to facilitate Electronic Funds Transfer (EFT) payment for deliveries or performance under the respective task orders. The contractor may register for CCR at http:// www.ccr.gov/. Refer to FAR clause 52.232-33. The Data Universal Number System (DUNS) number is the primary vendor identifier in CCR. This requirement will be awarded utilizing Simplified Acquisition Procedures. Any firm that believes it can meet the requirements may give written notification to the Contract Specialist by the deadline of this notice. Supporting evidence must be furnished in sufficient detail to demonstrate the ability to comply with the requirement listed. Responses received will be evaluated; however a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. If no responses are received, the Government will proceed with the sole source acquisition to Affymetrix, Inc. All contractor responses shall be submitted to the address listed below no later than September 2, 2008 at 1:00 p.m. Eastern Standard Time. All quotes shall be clearly marked with solicitation number NIHOD2008094. All vendors are hereby notified that if your quote is not received by the date/time and location specified in this notice, it will not be considered. This synopsis is distributed solely through the Federal Business Opportunities website at www.fedbizopps.gov. All future information concerning the acquisition, including amendments, will be distributed solely through the website. Interested parties are responsible for monitoring this site to ensure you have the most up-to-date information about this acquisition. Responses must be mailed to Terita Stevenson, Contract Specialist, 6011 Executive Blvd., Room 539C, Rockville, Maryland 20852 by the deadline stated above. Indicate if your firm's CAGE code, Duns and Bradstreet Number, Tax ID Number, and GSA Schedule should you have one. The requested quotations do not constitute a commitment, implied or otherwise, that a procurement action will be issued. All written responses must include a written narrative statement of capability, including detailed technical or commercial information demonstrating their ability to meet the above requirements. The response must sufficient to permit agency analysis to establish a bonafide capability to meet the requirement.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bc46e208818603173907367f0d3d471d&tab=core&_cview=1)
 
Place of Performance
Address: 6 Center Drive, 3rd Floor, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01643500-W 20080820/080818221056-bc46e208818603173907367f0d3d471d (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.