Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2008 FBO #2466
SOLICITATION NOTICE

66 -- Microstation

Notice Date
8/25/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-08-1047731
 
Archive Date
9/20/2008
 
Point of Contact
Linda Giles,, Phone: 301-827-7048, Ted L Weitzman,, Phone: 301-827-7178
 
E-Mail Address
linda.alexander-giles@fda.hhs.gov, ted.weitzman@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined/synopsis solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. (ii) This is solicitation number FDA-SOL-08-1047731 and this solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-12. (iv) This requirement is a total-small business set aside. The applicable NAICS code is 325413. (v) The following are Brand Name descriptions of items and units of measure: BIOLOG GENERATION III MICROSTATION MODEL # 65301. 1) Microbiological identification system designed to rapidly identify bacteria, yeast and filamentous fungi.(vi) DESCRIPTION OF REQUIREMENTS / STATEMENT OF NEED: The Department of Health and Human Services (DHHS), laboratory requires a integrated hardware and software system that is designed to rapidly identify bacteria, yeast and filamentous fungi. This is a BRAND NAME OR EQUAL TO request for quote (RFQ). In order to be considered for award a vendor offering an EQUAL TO product must submit with their quote supporting documentation that their product meets the following salient characteristics: 1) The ability to identify a very large number of bacteria and fungi from environmental, marine, veterinary, agricultural, and clinical samples including the dangerous pathogens like Bacillus anthracis, Brucella melitensis, Yersinia pestis, Francisella tularensis, Burkholderia mallei, Burkholderia pseudomallei 2) The selected system must interface with the Biolog, Inc. MicroPlate Reader and automatically interpret results, and report the identification 3) The selected system must have a fully compatible computer (personal computer) for data processing; and 4) Advantageous if selected system have ‘self-diagnostic” software as part of the system. 5) The selected system should, for our purposes have 3-D diagrams that would be used for comparison identification with patterns in the established database. (viii) The provision at 52.212-1, Instructions to Offerors (APR 2008) -- Commercial, applies to this acquisition and is available at website: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/12.htm#P257_45709. (ix) The provision at 52.212-1, Evaluation -- Commercial Items (Jan 1999) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will offer the best value to the Government, technical factors, price, and past performance considered. To determine technical merit, each quotation will be evaluated against the technical evaluation factors. The following factors shall be used to evaluate offers and are listed in descending order of importance. 1) Technical Understanding and Approach. The proposed technology will be evaluated on its ability to meet all of the requirements listed in part (vi) of this solicitation. Contractors shall furnish as part of their quotation all descriptive material necessary for the government to determine whether their service meets the technical requirements. The technical proposals will be graded subjectively with final scores of, “Minimally Acceptable”, “Acceptable”, or “Exceptional”. A score of “Minimally Acceptable” would mean that the proposed technology minimally met the requirements and demonstrated to be difficult to implement. A score of “Acceptable” would mean that the proposed technology fully met the requirements and demonstrated its ability to meet the requirement. A score of “Exceptional” would mean that the proposed technology exceeded the requirements. If applicable, the contractor shall also include in their technical proposal recommended software that is required for optimal use and address any software or hardware problems that may be encountered while using the requested product. 2) Price. FDA will award a purchase order to a responsible vendor whose quote is the lowest price meeting or exceeding the required technical factors. 3) Past Performance: Vendors should provide two references of similar efforts performed during the last three years. This will include a description of the project, project title, contract number, contract amount, client identification including agency or company name, contracting and technical reviewing official name(s), address and telephone number. The government is seeking to determine whether an offeror has consistently demonstrated a strong commitment to customer satisfaction and high performance of services, this is a matter of judgment. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s past performance record. Rating of positive, neutral, and poor will be given. A positive past performance will take precedence over neutral or poor past performance. Neutral past performance takes precedence over poor past performance. A contractor with no past performance will be given a score of neutral, which will neither be used to the advantage nor disadvantage of the offeror. The Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror’s likelihood of success in performing the acquisition requirements as indicated by that offeror’s record of past performance. (x) Vendors shall complete FAR 52.212-3, Offerors Representations and Certifications - Commercial Items (JUN 2003). This can be done electronically at http://orca.bpn.gov. The contracting officer will review the vendor’s online certifications at http://orca.bpn.gov to ensure that they are accurate and complete. If the vendor does not have active representations and certifications registered online they will be disqualified from being considered for award. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items (FEB 2007), applies to this acquisition. (xii) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JUNE 2007), applies to this acquisition as well as the following clauses cited therein: 52.219-6, Notice of Total Small Business Set-Aside (JUN 2003) (Alternate I OCT 1995), 52.222-3, Convict Labor (JUN 2003)(EO 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (JAN 2006)(EO13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007)(EO11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans (SEP 2006)(38 USC 4212); 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998)(29 USC 793); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era and other Eligible Veterans; 52.225-1 Buy American Act---Supplies (JUN 2003), 52.225-13 Restriction on Certain Foreign Purchases (FEB 2006), 52.232-1 Payments (APR 1984); 52.232-33 Payment by Electronic Funds Transfer –Central Contractor Registration (OCT 2003)(38 USC 4212); 52.239-1 Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a); 52.247-34 F.o.b Destination (Nov 1991) Full text of clauses and provisions can be accessed at www.arnet.gov/far. All questions must be submitted in writing to linda.alexander-giles@fda.hhs.gov no later than August 29, 2008 at 12 noon ET. Answers to all questions will be posted as an amendment to the solicitation. Price Proposals, and Technical proposals, may be submitted electronically at linda.alexander-giles@fda.hhs.gov no later than September 05, 2008 at 5pm ET.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=c3d5f6fbfa2f0da578e245fd0bb6b262&tab=core&_cview=1)
 
Place of Performance
Address: FDA, 880 Rockville Pike, Rockville, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01650050-W 20080827/080825221719-c3d5f6fbfa2f0da578e245fd0bb6b262 (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.