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
SOLICITATION NOTICE

66 -- Instruments and laboratory equipment

Notice Date
12/7/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(HL)-2011-030-DDC
 
Archive Date
12/28/2010
 
Point of Contact
Deborah - Coulter, Phone: (301) 435-0368
 
E-Mail Address
dc143b@nih.gov
(dc143b@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A COMBINED SYNOPSIS / SOLICITATION NOTICE. This is a combined synopsis / solicitation for commercial items, prepared in accordance with the format of FAR 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. The reference solicitation number is: NHLBI-CSB-(HL)-2011-030-DDC. This solicitation is issued as a request for quotation (RFQ). This acquisition is being conducted under the procedures in accordance with FAR 13.3 Simplified Acquisition Methods, and FAR Part 13.5 The resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-046. The total contracted dollar amount, including options will not exceed $6.5 million. The acquisition is being conducted as a full open competition with no restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. The Government=s anticipated delivery date is 90 days after receipt of purchase order. The Government=s acceptance terms and FOB point are the National Institutes of Health, National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. The Molecular Cardiology Department (MCD) is seeking to purchase a Stopped-Flow Spectrofluorimeter in order to carry out kinetic analysis of purified myosin proteins. This instrument is used to probe intermediate steps in the kinetic cycle in order to determine the mechanism of interaction with actin and ATP. The machine that the Government requires must have rapid mixing capability in order to be able to measure fast reactions, low sample volume and high spectral sensitivity in order to conserve sample amounts and a programmable automatic shuttering device in order to allow the measurement of long time courses without appreciable photobleaching. Below are the Governments required specifications. 1) An automatic, computer controlled shuttering device to minimize photo damage during long acquisitions must be present. 2) Flow cell must be easily removed to allow the attachment of specialized cells 3) A small volume flow cell (5 microliters) must be included as an option 4) The stop/waste valve should be ceramic. 5) Data acquisition should be via an over-sampled 12 bit, 1.2 MHz A/D 6) The flow circuit should be a vertical system with filling from the top. 7) The machine must be capable of double mixing with no plumbing changes 8) There must be two photomuliplier detectors. 9) Must be capable of using a 75 W xenon lamp or a mercury-xenon lamp. 10) The reagent shot volume should be 40 microliters or less per reagent 11) Dead times of < 1.6 ms must be obtainable. Evaluation Criteria The proposals will be evaluated based on the following evaluation criteria; 1.Meeting the required technical capabilities of the instrument The instrument must meet the technical requirements and first among these is that it must have a computer controlled shuttering system. 2.Ability to deliver product within 90 days 3.Quality of set up and training offered Technicians must be present on site to install the instrument and offer training to users. 4.Quality of service This will be determined by what the company promises and by conversations with colleagues who currently have the various instruments in the Government laboratories. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror’s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers and waive informalities and minor irregularities in offers received. The Offeror shall include the following: the unit price, the list price, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination). The Offeror shall also provide descriptive literature inclusive of specifications as part of the quotation, the DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-2 Evaluation – Commercial Items (JAN 1999); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009); FAR 212-4 Contract Terms and Conditions – Commercial Items (JUN 2010); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders – Commercial Items (JUL 2010) is included with the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate 1 (OCT 1995); FAR 52-219-4, Notice of Price Evaluation Preference for HUBZONE SMALL Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APR 2008); FAR 52.219-16, Liquidated Damages – Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APR 2009); Far 52.222-19, Child Labor – Cooperation with Authorities and Remedies (AUG 2009); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.22-36, Affirmative Action for Worker with Disabilities (JUN (1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veteran of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2010); FAR 52.225-1, Buy American ACT - Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT2003); and FAR 52.204-7, Central Contractor Registration (APR2008). In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.giov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that prospective awardees shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Offers are due by December 13, 7:30 a.m. EST at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room Number 6142, Bethesda, Maryland 20892-7902. The electronic transmission must reference the solicitation number: NHLBI-PB-(HL)-2010-225- DDC. Attention Deborah Coulter, Contract Specialist, (301) 435- 0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov. Faxed copies will not be accepted. All responsible sources may submit a quotation/proposal, which if timely received, shall be considered by the agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(HL)-2011-030-DDC/listing.html)
 
Place of Performance
Address: NIH, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02340109-W 20101209/101207234244-3ead9ddc79ea56fa5c1952dd1c5bae98 (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.