Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 01, 2010 FBO #3172
SOLICITATION NOTICE

66 -- Instruments and laboratory equipment

Notice Date
7/30/2010
 
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
NOINIAID10166
 
Archive Date
8/27/2010
 
Point of Contact
James H Kish, Phone: 301-402-2282, Tonia L Alexander, Phone: 301-402-2282
 
E-Mail Address
kishj@niaid.nih.gov, talexander@niaid.nih.gov
(kishj@niaid.nih.gov, talexander@niaid.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format of FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested, and a written solicitation will not be issued for the solicitation number NOI10166, Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a small business set-aside. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure on a sole source basis from Appropriate Technical Resource: 1) I10002 AJ125 Multitron II NC 25 mm, 115V 60 Hz; 2) Triple Stacking Kit - ZM122, AM110, Zm106; 3) CO110 Integrated CO2 Control; 4) HO110 Humidity Option with baffle and cover; 5) Humidity Carboy Kit; 6) ATM00 tray w/green squares (squares 8" x 8"). The system must meet the specifications and have the features as follows: 1) Individual units must be stackable to 3 units high to minimize laboratory footprint ; 2) The external dimensions of the system must not exceed 44" wide x 34.5' deep; 3) Internal shaker platform must be not less than 33" wide x 18.5" deep. Platform must accommodate all flask sizes without the need to purchase additional equipment/clamps, etc.; 4) System must include individual (for each incubator/shaker chamber) measurement and control of CO2 concentration (0-20%) using near-IR rather than thermal conductivity to measure CO2 concentration; 5) System must include individual (for each incubator/shaker chamber) measurement and control of humidity (0-85% RH); 6) Shaking specifications: system must be capable of shaking speeds from 20-300 rpm with a 25 mm (1") orbital throw; 7) Start-up kit should include all necessary hardware for immediate, out-of-the-box operation; 8) Vendor provided installation and training should be included in the quoted price. Delivery to be made no more than 45 days ARO, and one year warranty provided. Award will be based on meeting the salient characteristics and price. 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 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-2 Evalutaion 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 which 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. [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award.] Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. 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 Daylight Time (EDT), August 12, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Email and fax submissions are not acceptable. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOINIAID10166/listing.html)
 
Place of Performance
Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02224096-W 20100801/100730235257-5296278b328b6cf77ccfdaaee0c4efde (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.