Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2009 FBO #2811
SOLICITATION NOTICE

66 -- Laboratory Equipment

Notice Date
8/3/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334510 — Electromedical and Electrotherapeutic Apparatus 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
FDA1059637
 
Archive Date
9/2/2009
 
Point of Contact
David - Kordel,
 
E-Mail Address
david.kordel@fda.hhs.gov
(david.kordel@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Classification Code: 66 Subject: Laboratory Equipment Solicitation Number: FDA1059637 Response Date: 18 August 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 05-35. The associated North American Industrial Classification System (NAICS) code for this procurement is 334510 for full and open competition. The Government intends to award a Firm Fixed-Price Purchase Order for, brand-name or equal for the following laboratory instrument. As a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein. CLIN 001: Surelite II-10: Q-switched Nd:YAG Laser, 10 Hz, 650 mJ at 1064 nm, quantity one (1) each. Includes a one year extended warranty covering against manufacturing defect and workmanship with the exception of optical components and consumables. CLIN 002: SD, SQ-S: Temperature stabilized Second and BBO Fourth Harmonic Generators; provides specified energy at 532 nm and 266 nm, quantity one (1) each. CLIN 003: SSP-3: Separation package for Surelite Series; provides second or fourth harmonic outputs, quantity one (1). Minimum Specifications: 1. The system should use a diffused pump chamber for high efficiency pumping thereby reducing the maintenance cost. 2. The system should use no more than one flashlamp which should last for a minimum of 30 million shots before replacement. Besides, system charging, firing, and Q-switching should be controlled externally via TTL or RS232 signals. 3. The system should have a remote single-shot cable. 4. The system should have a separate wavelength separation box with indexed mounts for fast and easy wavelength changes. 5. System Oscillator should have a floating three-bar graphite resonator design for long term energy and alignment stability. 6. The optical head size should not exceed 31"L x 7"W x 7"H. 7. The laser head should have a kinematic mechanism for easy removal and maintenance. 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 Requirement," and 2) Price. Technical Capability is significantly more important than price. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quoters shall include the manufacturer, make and model of the product, manufacturer 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: 52.222-3, 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. Additionally, sources intending to provide quotes must provide detailed information indicating their ability to meet the Government’s requirements including that they are an authorized service provider. The Government shall not incur recertification costs nor void existing warranties on the equipment. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions 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 334510; delivery date (delivery date is of the utmost importance); business size; and payment terms. Delivery shall be to FDA location in Bethesda, MD 20892. 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 18 August 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/FDA1059637/listing.html)
 
Record
SN01896954-W 20090805/090803235448-1f32ade46888acfb0e7a6280b89ecba5 (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.