Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2011 FBO #3527
SOLICITATION NOTICE

A -- Research and development

Notice Date
7/20/2011
 
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
NIAIDNOI11113
 
Archive Date
8/18/2011
 
Point of Contact
Karen Armstrong, Phone: 301-594-5344, John - Foley, Phone: 301-402-2284
 
E-Mail Address
armstrok@mail.nih.gov, jfoley@niaid.nih.gov
(armstrok@mail.nih.gov, jfoley@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. The solicitation number for this acquisition is NOI11107 and the solicitation is being issued as a Notice of Intent on a sole source basis. This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-53). This acquisition will be processed under Simplified Acquisition Procedures and is not a small business set aside. The National Institute of Allergy and Infectious Disease (NIAID) intend to procure an Image Station 4000mm Pro System from Carestream Health Inc. The purpose of this requirement is to procure an image station to enhance/augment the imaging capabilities of the current laboratory instrumentation. Program desired image station requirements include: quantitative imaging of luminescent, multi-wavelength fluorescent, radiographic and colorimetric labeled biomolecules in a variety of formats, cooled CCD camera with 16-bits per capture and n-bit image file/data accumulations, closed loop cooling system below -28C, interlined CCD sensor with 4.2 mega-pixel resolution, computer controlled lens, COPI (closed optical path image) chamber design, selectable multi-wavelegnth illumination, automated 4-position emission filter wheel, luminescence imaging, white light imaging direct 32P and other high energy radioisotope signal detection, UV and white light transillumination, single/multiple capture, time lapse and progressive capture imaging modes, X and/or Y binning options, predict mode, adjustable auto focus algorithm for varying sample formats, automatic dark current correction, automatic or stored illumination correction capability, flat-field (vignetting) correction capability, user selectable automatic geometric/warping correction factor application, image file capture options including individual images, each accumulation, final accumulation and intermediate images, history file, molecular imaging analysis software. The North American Industry Classification System (NIACS) Code for this acquisition is 334516, and the small-business size standard is 500 employees. This is not a small business set-aside, but small, minority and disadvantaged businesses are encouraged to submit quotations. This is a firm fixed-price contract and the FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4 Contractor Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.225-1, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee 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 purchasing agreement resulting from this solicitation [Note: Lack of registration in the Central Contractor Registration will make an offeror ineligible for award. Offers must be submitted no later than 5:00 P.M. Eastern Daylight Savings Time on Wednesday, August 3, 2011. For delivery of responses through the Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Suite 2NE-70, Bethesda, Maryland 20892-4812. E-mail and Fax submissions are not authorized. Requests for information concerning this requirement must be submitted in writing, and can be faxed to 301-480-3695, or e-mailed to armstrok@mail.nih.gov. It is the vendor's responsibility to confirm receipt of all quotations and/or questions by the closing date of this announcement by contacting Karen Kirin Armstrong on 301-594-5344. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDNOI11113/listing.html)
 
Place of Performance
Address: National Institute of Allergy and Infectious Disease, 10401 Fernwood Drive, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02505326-W 20110722/110721004221-ca2ea71fb24d0c42690b56539236b0e3 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.