Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2009 FBO #2812
SOLICITATION NOTICE

66 -- Mobile Flow Cytometer System

Notice Date
8/4/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
1059144
 
Archive Date
8/29/2009
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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. This requirement is being issued in conjunction with FAR 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 1059144. This solicitation is issued as a Request for Quotes (RFQ) and is set-aside for small business concerns. The solicitation document and incorporated provisions and clauses are those in effect Through Federal Acquisition Circular (FAC) 2005-35. The associate North American Industry Classification System (NAICS) Code is 334516, Analytical Laboratory Instrument Manufacturing for which the small business size standard is 500 employees. The Food and Drug Administration, National Center for Toxicological Research is soliciting for a flow cytometer system to be used for food analysis QA/QC purposes. The unit should be mobile and less than 75 pounds to fit into the FDA mobile labs. Performance criteria for the flow cytometer system shall meet the following requirements: 1.3 color channels FL1, FL2, and FL3 (PMT type detectors) 2.2 light scatter channels (PMT type detectors) 3.200 nm baseline resolution on light scatter (forward and side scatter) 4.Deionized water capable sheath system 5.Positive displacement (syringe type) sample injection system 6.Enclosed sample detection architecture 7.Solid state 20mw, 488 nm blue laser Scheduled items to be delivered are to include: One Flow cytometer system to include system, software, workstation computer, installation and training. Contact Type: Commercial Item – Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point Destination. To be delivered 60 days or less after receipt of order (ARO). Point of Delivery for Service and Supplies will be the FDA/NCTR located at 3900 NCTR Road, Jefferson, AR 72079-9502. Payment terms net 30 (no advance payments). Standard commercial warranty is required. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation-Commercial Items applies to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i)Technical capability of the items offered to meet the Government’s requirement (ii)Past Performance (iii)Price. Technical and past performance, when combined, are equal when compared to price. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the produce offered meets the Government’s requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record of meeting delivery schedules and service/maintenance reputation. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as a part of their proposal all descriptive material necessary for the government to determine whether the product and/or service meet the technical requirements. Offerors shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The government reserves the right to make an award without discussions. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled “Buy American Act – Supplies,” the offeror shall so state and shall list the country of origin. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The following addenda have been attached to the clause. The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer’s representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COP shall document the nonconforming items/services and immediately notify the contracting officer. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 Alt I, 52.219-6, 52.219-8, 52.219-14, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.223-15, 52.223-16, 52.225-1, 52.225-13, and 52.232-33. The following additional provisions and/or clauses apply: 52.204-7 and 52.211-6. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov/far/. CCR Requirement – Company must be registered in the Central Contractor Registration (CCR) system before an award can be made to them. If company is not registered in CCR, they may do so by going to the CCR web site at http://www.ccr.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror’s responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to furnish the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offeror must reference the solicitation number 1059144. The offers are due in person, by postal mail, fax or email to the point of contact listed below on or before August 14, 2009 by 13:00 hours (Central Daylight Time in Jefferson, Arkansas) at the Food and Drug Administration, OC/OSS/OAGS, Attn: Marcia Park, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Marcia Park at 870/543-7405, FAX 870/543-7990 or email marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1059144/listing.html)
 
Place of Performance
Address: Food and Drug Administration/National Center for Toxicological Research, 3900 NCTR Road, Jefferson,, Arkansas, 72079-9502, United States
Zip Code: 72079-9502
 
Record
SN01898351-W 20090806/090804235803-8cf7c4f8fb719e0152cee3f04533b0a5 (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.