Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2009 FBO #2755
SOLICITATION NOTICE

68 -- Custom Coupled Beads

Notice Date
6/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325998 — All Other Miscellaneous Chemical Product and Preparation 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
FDA1057762
 
Archive Date
7/7/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Subject: Custom Coupled Beads Solicitation Number: FDA1057762 Response Date: 22 June 2009 DESCRIPTION: THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THIS SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES 13.5. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-32. The associated North American Industrial Classification System (NAICS) code for this procurement is 325998 for a 100% small business set-aside. The FDA intends to issue a firm fixed-price purchase order to a contractor who can supply custom-conjugated beads that will be used in the Center for Disease Control’s (CDC) Molecular Serotyping protocol on BioRad’s BioPlex platform. In this protocol, proprietary oligonucleotides are provided to a contractor by the CDC for coupling to special polystyrene beads. FDA plans to use these beads in a recently-deployed assay that will allow rapid serotyping of Salmonella by the FDA’s field labs during both routine sampling and outbreak response. CLIN0001Custom coupled beads. 14 mL each of 16 unique bead IDs. [10,000,000 beads/mL] CLIN0002Shipping and handling CLIN0003Option year 1, for Increased Quantity [70-75 beads] CLIN0004Option year 2, for Increased Quantity [70-75 beads] CLIN0005Option year 3, for Increased Quantity [70-75 beads] CLIN0006Option year 4, for Increased Quantity [75-80 beads] CLIN0007Option year 5, for Increased Quantity [75-80 beads] Specific Requirements * Proprietary DNA oligonucleotides provided by the Center for Disease Control (CDC) to the prospective contractor. * Contractor must be CDC vetted for use in the Molecular Serotyping Salmonella protocol on Bio-Rad’s Bio-Plex platform. * Contractor must conjugate these oligonucleotides to microsphere polystyrene beads for use in xMAP technology. QUESTIONS DEADLINE: all questions must be received by email (david.kordel@fda.hhs.gov) before 4:30 pm (1630) EST on 15 June 2009. Delivery terms shall be FOB Destination. FOB Destination means the contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government may award this contract to other than the lowest price technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor described to "Meet or Exceed the Specific Requirement," 2) CDC contractor verification for the Salmonella protocol and 3) Price. Technical Capability and CDC contractor verification are significantly more important than price. The Government will evaluate offers for award purposes by adding the base price plus all options to arrive to the total price for the requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise an option line item. Evaluation of Technical Capability shall be based on the requirements provided in the quotation. Offerors shall include capability and supporting CDC documentation, sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the specifications stated herein. FAR provisions can be found on the following website: http://www.arnet.gov. The following provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors-Commercial Items; 52.225-2 Buy American Certificate; 52.212-4 Contract Terms and Conditions-Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: 52.216-22, Indefinite Quantity 52.217-6, Option for Increased Quantity 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-36, Affirmative Action for Workers with Disabilities 52.222-50, Combating Trafficking in Persons 52.225-1, Buy American Act--Supplies 52.225-13, Restrictions on Certain Foreign Purchases 52.232-33, Payment by Electronic Fund Transfer-Central Contractor Registration. This is a Combined Synopsis/Solicitation for custom coupled beads as defined herein. The Government intends to award a Firm Fixed-Price Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. Additionally, all quotes shall include price (s); FOB point; a poc (name and telephone number); a statement from the offeror verifying that they are CCR Registered under NAICS code 325998; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA, College Park, MD 20740. FDA intends to make an award soon after the response date of this notice and all bids must be submitted via email and be received by 4:30 PM (1630) EST on 22 June 2009 to the attention of David Kordel, david.kordel@fda.hhs.gov. Offerors shall ensure the RFQ number is visible in the header of the email. FAX QUOTES SHALL NOT BE ACCEPTED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA1057762/listing.html)
 
Record
SN01841206-W 20090612/090610235356-ce1278ffee98d5d2deb6e41824d17089 (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.