Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2008 FBO #2484
SOLICITATION NOTICE

66 -- Instruments and Laboratory Equipment

Notice Date
9/12/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQ8241
 
Response Due
9/26/2008
 
Archive Date
10/11/2008
 
Point of Contact
Mahlon W Lancaster III,, Phone: 301-496-2607, Sylvia Kate - Robinson,, Phone: 301-402-2284
 
E-Mail Address
lancastermah@niaid.nih.gov, srobinson@niaid.nih.gov
 
Small Business Set-Aside
N/A
 
Description
17.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is RFQ8241 and is being issued as a Request For Quote. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set aside. Small and disadvantage businesses are encouraged to submit a quotation on this requirement. The associated North American Industry Classification System (NAICS) Code 334516, which has a business size standard of 500. The National Institute of Allergy and Infectious Diseases intends to procure a single instrument (flow cytometry system) that will be able to perform a variety of assays that will detect and measure events in cell biology. Deliver both sample preparation and cell analysis technologies directly to the laboratory benchtop. Our laboratory requires the counting and viability testing of cells for setting up experiments and measuring results. Item/Description/Quantity: 1) Refurbished Flow Cytometry System (QTY 1). This instrument must provide both pieces of data in a single mix and read measurements; provide indication of the percentage of cells undergoing apoptosis. Our research must perform cytotoxicity assays. The instrument must be capable of using Chromium 51 (radioactive material) and a separate instrument to measure the radiation in the sample. Using radioisotopes help minimize and reduce radioactive and bio-hazardous waste. The instrument must generate only 80-microliters of waste per day. The instrument must offer three different apoptosis assays complete with software and reagent kits. The instrument dimensions must be: height 13" x width 16" x depth 22.5"/ Laptop dimensions: height 11.5" x width 14.2" x depth 10.4". The government intends to make a best value buy from the responsible offeror whose offer is most advantageous to the government. The government will award a firm-fixed price purchase order to the responsible contractor. All responses will be considered by the agency. The following factors shall be used to evaluate offers technical capability to meet required specifications: a) price b) warranty. Place of delivery NIH/NIAID, Bethesda, Maryland, 20892. The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212.3 Offeror Representations and Certifications Commercial Items; FAR 52.212-4 Contractor Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.225-3 Buy American Act. Copies of the aforementioned clauses are available upon request by telephone to Mr. Mahlon Lancaster III at (301) 496-2607. In order to be considered for an award, offeror must have completed the online electronic representations and certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at: www.ccr.gov/ 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. Offers must be submitted no later than 5:00 PM Eastern Daylight Time (EDT) September 26, 2008 to Mr. Mahlon Lancaster III. For delivery through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE62E/MSC 4812, Bethesda, Maryland 20817-4812. Electronic submission will not be accepted. Requests for information concerning this requirement are to be addressed to Mr. Mahlon Lancaster III (301) 496-2607. Collect calls will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=527c449f6138bd40a1e8581f0a093ca9&tab=core&_cview=1)
 
Place of Performance
Address: The National Institutes of Health NIAID, 10401 Fernwood Rd. Rm 2NE70B, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN01669341-W 20080914/080912223223-527c449f6138bd40a1e8581f0a093ca9 (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.