Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2010 FBO #3079
MODIFICATION

66 -- RECOVERY - Research Anesthesia Tabletop Machine

Notice Date
4/28/2010
 
Notice Type
Modification/Amendment
 
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
RFQ10-042
 
Point of Contact
Shirlene M Smith, Phone: 301-402-6315, Linda C Taylor, Phone: 301-402-5762
 
E-Mail Address
ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov
(ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
17.This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotations. Submit offers on RFQ10042. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-39 dated March 19, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334516, and the small business size standard is 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure one (1) Research Anesthesia Tabletop Machine to include the following: a)new Isoflurane T-lll funnel-fill vaporizer, 0-4 lpm flowmeter with mechanical stop flow control, 02 flush with safety restrictor, dual 02 supply ready with check valves, carrying handle mounted to frame; b)F/air scavenging system with bracket and connecting tubes; c)10ft high pressure oxygen hose; d)Tupperware induction box with large size chamber (measurers, 5.25 deep, 13.5 long, 9.25 wide; e)Dual patient manifold for use with pt circuit and induction box; f)Non rebreathing circuit and 12mm mask. Accessories shall include: 1)Dual E cylinder cart; 2)E cylinder medical regulator; 3)Warning pump; 4)2 liter induction box; 5)7 liter induction box; 6)15 liter induction box. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; and 3) Price 4) Delivery. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 30 days after receipt of order (ARO). Delivery will be made to Bethesda, MD, 20892. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Shirlene Smith at (301) 402-5770. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Time (ET), May 13, 2010. Offers must be mailed through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22C, Bethesda, MD, 20892-4811. E-mail and fax submissions are not authorized. Requests for information concerning this requirement are to be addressed to Shirlene Smith at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ10-042/listing.html)
 
Place of Performance
Address: The National Institutes of Health NIAID, 10401 Fernwood Rd. Rm 2NE70, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02135094-W 20100430/100428235521-d01948bb1e424b5e500e63af9f9387e1 (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.