Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

66 -- Liquid Chromatography System

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB(HG)-2006-105-CDM
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
Small Business Set-Aside
Total Small Business
 
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; proposals are being requested and a written solicitation will not be issued. The solicitation number is NHLBI-PB(HG)-2006-105/CDM, 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 2005-07. The North American Industry Classification (NAICS) Code is 334516 and the Size Standard is $6.0M for this requirement. This is a small business set-aside requirement. This acquisition is being conducted under simplified acquisition procedures. The National Heart, Lung, and Blood Institute?s (NHLBI) Consolidated Operations Acquisitions Center (COAC) for the National Institute of Human Genome Research (NHGRI) intends to purchase a Nanostream, Inc., 580 Sierra Madre Villa, Pasadena, California 91007 brand name or equivalent Liquid Chromatography System. The instrument includes: one (1) each, item number 1000010 Veloce micro parallel liquid chromatography system with 24-channel UV absorbance detection and integrated robotic sampler for 384-well plate and one (1) each, item number 1001000 fluorescence detector. The purchase includes: system setup and user training; one year warranty for hardware; one set of user guides and manuals; one year service plan; two day applications training session for up to 5 people; and a system software package consisting of: one license for data acquisition and visualization software, one license for data analysis software, one license for reproducibility assessment advanced analysis software module, one license for peak area calibration advanced analysis software module, & 90 day warranty for software. The Government?s desired delivery schedule is ninety (90) calendar days after contract award at Bethesda, Maryland, F.O.B. Point Origin. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The quotations will be evaluated upon the Offeror?s demonstrated ability to meet the Government?s minimum specifications of the brand named product specified in the synopsis. The Offeror must submit clear and convincing documentation that the product quoted meets the Government?s minimum specifications of the brand named product specified in the synopsis. The Offeror must also submit documentation from a minimum of three (3) references of successful deliveries of similar items, meeting the customers delivery requirements and technical specifications. The award will be made to the lowest priced, technically acceptable quote meeting the Government?s requirements. The Government intends to evaluate offers and award a contract without discussions with Offerors. Therefore, the initial offer should contain the offeror?s best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action and waive informalities and minor irregularities in offers received. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The addenda to the clause read as follows: The offeror must include in their quotation, the unit price, the list price, 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 FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The clauses are available in full text at http://www.arnet.gov/far Interested Contractors capable of furnishing the government with the items specified in this synopsis should submit one (1) copy of the quotation including an itemized price to the below address or an electronic copy to moralesc@nhlbi.nih.gov or hawkinsd@nhlbi.nih.gov by 9:00 a.m., Friday, February 17, 2006. The quotation must reference ?Solicitation number?NHLBI-PB(HG)-2006-105/CDM. 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 Heart, Lung, and Blood Institute, Consolidated Operations Acquisitions Center, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Bethesda, MD 20814-7902, Attention: Cecilia Morales. Fax quotations will only be accepted if dated and signed by an authorized company representative.
 
Place of Performance
Address: NIH, Bethesda, Maryland
Zip Code: 20892
Country: USA
 
Record
SN00981757-W 20060209/060207211832 (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.