Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 25, 2012 FBO #3774
SOLICITATION NOTICE

66 -- Elisa System

Notice Date
3/23/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1101440
 
Archive Date
4/24/2012
 
Point of Contact
Marcia O Park, Phone: (870) 543-7405
 
E-Mail Address
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.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 Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotations are being requested and a written solicitation will not be issued. The solicitation number is 1101440, and is being issued as a Request for Quotations. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-57, dated March 15, 2012. The associated North American Industry Classification System Code is 334516 - Analytical Laboratory Instrument Manufacturing with a small business size standard of 500 employees. This acquisition is not set aside for small businesses. The Food and Drug Administration, Center for Biologics Evaluation and Research, Nicholson Lane Research Center (FDA/CBER/NLRC) requires an ELISA system meeting the following specifications: 1. Shaker/Incubator, 1 each. Shall have the capability to hold multiple plates. Shall have controlled orbital shaking speed. Shall be compatible with most commercially available 96-well and 384-well plates. Shall have Thermo-controlled incubation capability (up to 40 C +/- 1 C) 2. Microplate Washer, 1 each. Shall have the capability of processing both 96-well and 384- well plates.. Shall have adjustable wash parameters (dispense and aspiration height and aspiration speed). Shall have microplate shaking capability. Shall have a minimum of two wash buffers, one rinse and one waste bottle 3. Scanner, 1 each. Shall have Built-in touch screen and visual internal software. Shall have wide wavelength range (e.g., from 340 to 850 nm). Shall be capable of reading both 96-well and 340-well plates. Shall have built-in port for computer connection to export and analyze data The Government anticipates awarding a single firm fixed priced purchase order for these items. Delivery of the items is to be made to the FDA/CBER/NLRC, 5516 Nicholson Lane, Kensington, MD 20895. An official authorized to bind the offeror must sign the terms and conditions of the offer. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition with no addenda. Evaluation of offers: Technical merit is of greater importance than cost. The provision at 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. The offeror shall complete only paragraph (b) of this provision if the offeror has completed the Annual Representations and Certifications and Certifications electronically at http://orca.bpn.gov. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition with no addenda. The Clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Contractor shall comply with the additional following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (EO 13513) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, and 110-138). 52.225-5, Trade Agreements (NOV 2011) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Full text of clauses and provisions may be obtained by accessing www.acquisition.gov. CCR Requirement: Contractors must be registered in the Central Contractor Registration (CCR) System before an award can be made. If you are not registered in CCR, you may do so by going to the CCR web site at http://www.ccr.gov. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of this solicitation may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1101440. The RFQ is due in person, by postal mail, fax or email to the point of contact listed below on or before close of business on April 9, 2012, in Jefferson, AR 72079-9502. Any questions regarding this notice shall be submitted no later than April 5, 2012. For information regarding this RFQ, please contact Marcia Park at 870/543-7405 voice, 870/543-7990 fax or email to marcia.park@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1101440/listing.html)
 
Place of Performance
Address: FDA/CBER/NLRC, 5516 Nicholson Lane, Kensington, Maryland, 20895, United States
Zip Code: 20895
 
Record
SN02704753-W 20120325/120323235412-40ce18a194e97a5c6422fb3a677ce51c (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.