Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

66 -- Leica TP 1020 Automatic Tissue Processor

Notice Date
7/9/2014
 
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 on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-CSS-14-416
 
Archive Date
8/2/2014
 
Point of Contact
Jasmine D Snoddy, Phone: 301 594 1571
 
E-Mail Address
snoddyj@mail.nih.gov
(snoddyj@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Requisition: 3346196 Title: Leica TP 1020 Automatic Tissue Processor a) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 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. b) The solicitation number is HHS-NIH-NIDA(SSSA)-CSS-14-416 and the solicitation is issued as a request for proposal (RFP). This acquisition is for commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5-Test Program for Certain Commercial Items and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. c) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74, dated July 1, 2014. d) A notice regarding any set-aside restrictions, the associated NAICS code 334516-Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. e) Leica TP 1020 Automatic Tissue Processor f) National Institute on Aging (NIA) has a requirement to purchase of a Leica TP 1020 Tissue Processor. g) System requirements: • Leica TP1020 Tissue Processor for use in histopathology 100-240V/50-60 Hz • Basic instrument with fume control and accessories • Benchtop unit movable on rollers • Carousel-type with 12 processing stations: (10 reagent stations, 2 wax baths, connection for optional third wax bath) • Two (2) plexiglass fume containment shields, surrounding the reagent container platform, repositionable at 360 degrees • Fume extraction fan • Activated carbon filters • Glass reagent containers, dishwasher -proof • Membrane keyboard and LCD screen. Locking key to prevent inadvertent changing of programmed parameters • Indication of station and program parameters such as number of tissue baskets, remaining infiltration time, real time, start time (delayed start time), overall run time and end of run time • Audible alarms, error messages and warming codes for "paraffin solid' status. Manual and automatic mode of operation. 9 freely selectable programs. Infiltration time of up to 99 h 59 min, individually programmable for each station • Permanent tissue basket movement (can be switched ON/OFF) at 3 seconds intervals in both manual and automatic operation • Automatic immersion of tissue basket in a station in case of mains power failure • Power failure indication including station number and time in excess of programmed infiltration time • Automatic reheating of wax before basket transfer to a wax bath • Crank for manual raising and rotation of carrousel-for immediate tissue basket or transfer to the next station h) The provisions at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition i) The provision at FAR Clause 52.212-2, Evaluation-Commercial Items, applies to this acquisition. 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. Technical and past performance when combined is more important when compared to price. The following factors shall be used to evaluate offers: i. Ability to meet technical requirements (55 points) ii. Price (45 points) b. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. c. The provision at FAR clause at 52.212-1-3, Offer Representations and Certifications-Commercial Items, applies to this acquisition. d. FAR Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. e. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition. f. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. g. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. h. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms; F.O.B. Point (Destination or Origin); product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. i. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. j. All responses must be received by July 18, 2014, 3:00PM EST and must reference number HHS-NIH-NIDA(SSSA)-CSS-14-416. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist at Snoddyj@mail.nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention Jasmine Snoddy. Fax responses will be accepted at (301) 480-1358. k. The name and telephone number of the individual to contact for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA(SSSA)-CSS-14-416/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03418764-W 20140711/140710022654-cc0d4295bb4476222c7362518bb22d08 (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.