Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 14, 2011 FBO #3519
SOLICITATION NOTICE

66 -- Microfluidic Control System

Notice Date
7/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
National Institutes of HealthNational Library of Medicine6707 Democracy Blvd.Rm. 770BBethesdaMD20817
 
ZIP Code
20817
 
Solicitation Number
NIHLM2011159
 
Response Due
7/14/2011
 
Archive Date
8/13/2011
 
Point of Contact
JOSEPHOWITZ, LISA S +1 301 594 7725, josephol@mail.nih.gov
 
E-Mail Address
JOSEPHOWITZ, LISA S
(josephol@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2011159 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-43. The North American Industry Classification (NAICS) Code is 334516 and the size standard is 500 employees. This solicitation is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH) National Library of Medicine (NLM), NIDDK Acquisitions Branch would like to procure a Microfluidic Control System and a device to be used in conjunction with this system. This system is required for the sample handling with our fluorescence microscope system. The Microfluidic Control system must have the following capabilities: sample delivery at steady flow rates down to 1.8nl/min., choice of flow rate control either by the flow rate or by the pressure, flow change response time of 150 ms, and capacity to handle up to 8 channels. The device to be used with the main system must be capable of measuring true liquid mass flow and will allow for the monitoring of both pressure and flow rates at the same time during experiments from 1 to 3 channels with 0.1% precision. The offeror must include a completed copy of the following provisions: FAR Clause 52.212-1 Instructions to Offerors Commercial; As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 2 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 offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due two (2) calendar days from the publication date of this synopsis on July 14, 2011. The quotation must reference Solicitation number NIHLM2011159. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, NIDDK Acquisitions Office, 6707 Democracy Blvd., Room 770B, Bethesda, Maryland 20817, Attention: Lisa Josephowitz. Faxed copies will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2011159/listing.html)
 
Record
SN02496488-W 20110714/110712235336-d034bdcc7373d2995ca14641f46f1ecf (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.