SOLICITATION NOTICE
66 -- Instruments and Laboratory Equipment
- Notice Date
- 7/13/2006
- Notice Type
- Solicitation Notice
- 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, MD, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ6057
- Response Due
- 7/27/2006
- Archive Date
- 8/11/2006
- Description
- This is a combined synopsis/solicitation, to procure commercial items prepared in accordance with the format of 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. This procurement is being issued as a Request For Quotation RFQ6057. This solicitation and its incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC05-10. This acquisition shall be processed under Simplified Acquisition Procedures. This is not a small business set-aside. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure a AKTAFPLC/FRAC920 chromatography system w/control with flow rates of 0.01 to 20 ml/min at pressures up to 5 MPa to include: Model P-920 system pump, Model M-925 mixer for precision gradient formation, Model INV-907 injection valve, ModelUPC-900 UV/pH/conductivity monitor with fixed wavelength detection, Model Frac-920 fraction collector for collecting up to 95 samples in 10-18 mm tubes, UNICORN software package, UNICORN control dc 7600 3.2 GHz, CPU bus speed 800 MHz FSB, 512 MB PC4200 533 MHz DDR-2, non ECC expandable to 4GB, 2MB onboard Ls cache, HD 80GB sata HDD, 3.5 internal drive bay, 48x32X DVD/CD-RW + RW drive, integrated Intel Graphics Media Accelerator 950, Microsoft Windows XP Professional SP2, Analogue/digital converter, Siload 26/60 Superdex 200 PR, complete installation. The evaluation criteria shall be the following: 1.) must be compatible to our current system of AKTA columns; 2.) must seamlessly transfer to new instrumentation; 3.) shall integrate into current Unicorn software network where all chromatographic instruments are connected and data (methods and results) can be shared between all work stations; 4.) has a non-manual priming syringe pump with the highest degree of reproducibility of results; 5.) requires no new training period to begin usage. Other considerations will be price, warranty, and delivery date. The North American Industry Classification System Code Number is 334516 and the Small business size standard is 500 employees. The FOB point shall be Destination, Bethesda, Md. (inside delivery). This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-1 Instructions to Offerors Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; FAR 52.225-3 Buy American Act; and FAR 52.204-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. (B) (1) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database 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. The CCR website is http://www/ccr.dlis.dlaimil. Copies of the aforementioned clauses are available upon request by telephone to James Kish at (301) 402-2282. The Government intends to make a Best Value Buy to the responsible offeror whose offer is most advantageous to the Government. Offers must be submitted no later than 5:00 p.m. Eastern Daylight Time (EDT), July 27, 2006. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20817-4811. Requests for information concerning this requirement are to be addressed to James Kish at 301-402-2282. Collect calls will not be accepted.
- Place of Performance
- Address: National Institute of Allergy And Infectious Diseases,, Acquisition Management Operations Branch, 10401 Fernwood Drive, Bethesda, Maryland
- Zip Code: 20817-4811
- Country: UNITED STATES
- Zip Code: 20817-4811
- Record
- SN01088092-W 20060715/060713220406 (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 |