SOLICITATION NOTICE
66 -- RECOVERY/Instruments and Laboratory Equipment
- Notice Date
- 1/8/2010
- 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 of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
- ZIP Code
- 20817
- Solicitation Number
- RFQ-AMOB-10018
- Archive Date
- 2/9/2010
- Point of Contact
- Terry M Knight, Phone: 301-402-6162, Tonia L Alexander, Phone: 301-402-2282
- E-Mail Address
-
knightte@niaid.nih.gov, talexander@niaid.nih.gov
(knightte@niaid.nih.gov, talexander@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This notice is a combined Synopsis/Solicitation Request for Quote for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and 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. This procurement is being issued as a request for quotation. Submit offers on RFQ10018. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-38 dated December 10, 2009. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small set-aside business. The associated North American Industry Classification System (NAICS) Code is 334516, which has a size standard of 500. The National Institute of Allergy and Infectious Diseases (NIAID) intends to procure one ultracentrifuge system for making and purifying vaccine vectors based on the following specifications: Ultracentrifuge will need to be capable of operating at 450,000 x g with speed control within 25 rpm of set point, capable of operating at between 0 and 40C with temperature control of >0.5C from set point, capable of interchanging rotors between swinging-bucket and fixed-angle types and rotors should be capable of handling volumes ranging from 4 to 40 mL/preparation, capable of operating with a maximum sample imbalance of 10%, and capable of storing at least 7 user programs for different procedures and preparations. Item/Description/Quantity: 1) Biosafe Ultracentrifuge System, 60/50HZ, 200/240V, qty-1; 2) NVT 100 Rotor Package with maximum rpm, 100,000, maximum g force 750,000, k Factor of 8, rotor capacity of 40.8ML, holds 8-5.1mL tubes, 13 x 51mm (1/2 x 2in), including a vise adapter, torque wrench, hex plug-wrench adapter, spinkote lubricant, and a spare overspeed disk, qty-1; and 3) SW 32.1 Bucket Set, 17ML, ASSY, qty-1. Award will be based on: 1) the capability of the item offered to meet the above stated salient characteristics, 2) warranty, 3) price, and 4) delivery. Warranty information to include period and coverage, shall be stated. Inside delivery shall be 60 days after receipt of order (ARO). Delivery will be made to Gaithersburg, MD, 20878. The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-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; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. 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.gov. Copies of the aforementioned clauses are available upon request by telephone to Terry Knight at (301) 402-2282. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Standard Time (EST), January 25, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52F, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Terry Knight at 301-402-2282. Email and fax submissions are not acceptable. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-AMOB-10018/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Gaithersburg, Maryland, 20878, United States
- Zip Code: 20878
- Zip Code: 20878
- Record
- SN02037997-W 20100110/100108234818-410d48f6ef76cbc1ddc546f103f25852 (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 |