Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

66 -- Biological Safety Cabinets / Cage Changing Station

Notice Date
9/10/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-2015-838
 
Archive Date
10/3/2015
 
Point of Contact
Rodney E. Brooks, Phone: 3014020751
 
E-Mail Address
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis / Solicitation Title: Biological Safety Cabinets / Cage Changing Station (i) This is a combined synopsis-solicitation for commercial items or services 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-SS-2015-838 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a 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 not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated August 5, 2015. (iv) A notice regarding any set-aside restrictions, the associated NAICS code 334516- Analytical Laboratory Instrument Manufacturing (v) Biological Safety Cabinets / Cage Changing Station (vi) Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. Purpose The purpose of this requirement is to purchase Biological Safety Cabinets / Cage Changing Station for use in the conduct of the clinical research. Scope of Work Independently and not as an agent of the Federal Government, the contractor shall provide Biological Safety Cabinets / Cage Changing Station with the following essential features: (1) Research Cabinet with Hydraulic Stand, Class II Type BSC; (2) 4 ft. universal Animal Containment workstation; (3) 4ft Motorized Safety Cabinets, work station, motorized stand, work station; and (4) Cabinet Height 56"w x32'.1D, 59.6" H Motorized Cabinet H 78" (vii) Biological Safety Cabinets / Cage Changing Station, shall be delivered to the National Institute on Aging (NIA) Biomedical Research Center (BRC) 251 Bayview Blvd, Baltimore MD 21224 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. Selection of an Offeror for award will be on the basis of lowest price technically acceptable quote meeting the government's essential features as described herein. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. (x) The provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. (xi) 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. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. In addition, responses must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the salient characteristics. The response should be practical, clear, and concise; should use quantitative terms whenever possible; should avoid qualitative adjectives; and should comprehensively address the requirements of this solicitation. Assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation must be noted. If not noted, the Government will assume that no assumptions, conditions, or exceptions are made and the offeror agrees to comply with all of the terms and conditions as set forth in the solicitation. Information requested herein must be furnished in writing fully and completely in compliance with the solicitation. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., "understood"; "will comply") or phrases such as "standard procedures will be used" or "well known techniques will be utilized" and other generalities, without the detailed description of how compliance will be met, may not be considered sufficient evidence that the proposal can technically meet the project requirements. Accordingly, any response in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable. 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. All questions regarding this combined synopsis/solicitation must be received in this office by 8:00AM (EST) on September 11, 2015. Offers must be received electronically by 12:00 PM (EST) on September 18, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number HHS-NIH-NIDA-SSSA-SS-2015-838 on your offer. (xvi) Requests for information concerning this requirement are to be addressed to Rodney Brooks via e-mail only to rodney.brooks@nih.gov prior to the closing date for questions. Submit offers to: Rodney Brooks, Contract Specialist at rodney.brooks@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-SS-2015-838 /listing.html)
 
Record
SN03881216-W 20150912/150911001109-183e4ff72526ff42ca826b3b40a0b78c (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.