Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2010 FBO #3302
MODIFICATION

66 -- Hemox- analyzer model B, Requestor: Mark Levine, Bldg 10/RM 4D57, 301-451-9957,

Notice Date
12/7/2010
 
Notice Type
Modification/Amendment
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 DEMOCRACY BOULEVARDSUITE 700WATTN: MS. V. L. GRIFFINBethesdaMD20892-7511
 
ZIP Code
20892-7511
 
Solicitation Number
NIHLM2011114
 
Response Due
12/15/2010
 
Archive Date
1/14/2011
 
Point of Contact
GRIFFIN, VERNE L griffinv@mail.nih.gov
 
E-Mail Address
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Modification: Solicitation release date changed from December 14 to December 9. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure the following items: Brand Name or Equal to: HEMOX-Analyzer, Model B with the following specifications: B-7800/W HAS-200: HEMOX-Analyzer, Model B Automatic Blood Oxygen Equilibrium Analyzer for 115V 50/60 Hz. Complete with dual Wave length Filter Photometer, digital meter for monitoring PO2, temperature and signal readings. Built in gas distribution system and vacuum pump. Electrical heating system for operation at 37C. Tubing connection provided if circulating bath is used. 1 extra OE-160 Oxygen Electrode Wt. 56 lbs. Hemox Analytical Software Ver. 2.0., includes 32-bit based Visual Basic software, A/D Data Acquisition stand alone module for use with the Hemox Analyzer Model B. Product requires customer to have an IBM compatible PC tower, Desktop or Laptop with a Pentium 233 or better, VGA or better Video Card (800X600) resolution, MS Windows 98 Second edition, ME, 2000, XP or Vista with a minimum of 32 MB of Ram. Requires an available USB Port and 20 MB of Hard Drive disk space (100 MB is recommended). Additional space for data acquisition is dependent on customer usage and it is recommended that the customer use floppy, zip, CD-R or other storage devices to store historical data. Warranty: One year on all parts and workmanship under normal use and operation conditions. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The North American Industry Classification (NAICS) Code is 334516 the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. All responsible businesses that are capable of providing the Government with the items listed above may download a copy of the Request for Quote (RFQ). The solicitation will be issued on or about December 09, 2010. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, Best Value, and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization2.Contract Number (for subcontracts provide the prime contract number and the subcontract number)3.Contract Type4.Total Contract Value5.Description of Requirement6.Contracting Officers Name and Telephone Number7.Program Managers Name and Telephone Number Offerors can view and/or download the solicitation at www.fbo.gov when it becomes available. NO HARD COPIES WILL BE PROVIDED. Notification of any amendments to the solicitation will only be made at the Federal Business Opportunities website. IT IS THE SOLE RESPONSIBILITY OF THE OFFEROR TO VIEW THE WEBSITE FOR ANY AMENDMENTS ISSUED TO THE SOLICITATIONThe Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov. If you have any questions, please contact V. Lynn Griffin by email at griffin@mail.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2011114/listing.html)
 
Record
SN02339762-W 20101209/101207233953-91596646eeec0c599c2bce582a72f354 (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.