Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 03, 2010 FBO #2993
SOLICITATION NOTICE

66 -- RECOVERY - Biplane X-ray Angio System - Statement of Work

Notice Date
2/1/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-HL-2010-77-JBM
 
Archive Date
3/25/2010
 
Point of Contact
Joanna Magginas, Phone: (301) 435-0360
 
E-Mail Address
Magginaj@nhlbi.nih.gov
(Magginaj@nhlbi.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work RECOVERY - The National Heart, Lung, and Blood Institute (NHLBI), Division of Intramural Research (DIR), Translational Medicine Branch (TMB) proposes to procure a Biplane X-ray Angio System, in accordance with the procedures for acquiring commercial items authorized in FAR Part 12. This is a COMBINED SYNOPSIS/SOLICITATION for commercial items, prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This notice constitutes the only solicitation, and the NHLBI does not intend to issue a separate written solicitation. The solicitation includes all applicable provisions and clauses in effect through FAR FAC 2005-38. The acquisition will be made pursuant to the authority in FAR 13.5 to use simplified procedures for commercial requirements. The procurement is being conducted on a competitive unrestricted basis, with no set-aside restrictions. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. It is anticipated that a fixed price type contract will be awarded. The FOB terms are “Destination” and Net 30. FAR provisions and clauses that apply to this acquisition are: FAR 52.212-1, Instructions to Offerors – Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications – Commercial Items (AUG 2009); FAR 212-4, Contract Terms and Conditions – Commercial Items (MAR 2009); FAR 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (SEP 2009) is included with the following additional clauses: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995); FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JUL 2005); FAR 52.219-8, Utilization of Small Business Concerns (MAY 2004); FAR 52.219-9, Small Business Subcontracting Plan (APRIL 2008); FAR 52.219-16, Liquidated Damages – Subcontracting Plan (JAN 1999); FAR 52.219-28 Post Award Small Business Program Representation (APRIL 2009); FAR 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEP 2006); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004); FAR 52.225-1, Buy American Act – Supplies (FEB 2009); FAR 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); FAR 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (OCT 2003); and FAR 52.204-7, Central Contractor Registration (APR 2008). PLEASE NOTE THAT THE ADDITIONAL FAR CLAUSES, APPLICABLE TO ARRA, WILL BE INCORPORATED TO ANY RESULTANT CONTRACT: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (MAR 2009) and FAR 52.204-11, American Recovery and Reinvestment Act – Reporting Requirements (MAR 2009). Other provisions/clauses may be incorporated into the contract, as necessary. In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at http://orca.bpn.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR at www.ccr.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchase agreement resulting from this solicitation. NOTE: lack of registration in the CCR will make an offeror ineligible for award. Offers must also be accompanied by descriptive literature, warranty, and/or other information that demonstrates that the offer meets all of the foregoing requirements. In addition, documentation relating to training experience of proposed staff and managing subcontracts, if proposed, must be included. Offerors must propose the period of performance for required renovations and the delivery date for installation of the Biplane system. The anticipated award date is April 15, 2010. The delivery point is the National Institutes of Health, Clinical Center (Building 10), 9000 Rockville Pike, Bethesda, Maryland 20892. A site visit will be held on Wednesday, February 17, 2010 at 1:00 p.m. EST, at the delivery and installation location (NIH campus, Bldg. 10, Room 2C713). The visit is LIMITED TO THREE (3) ATTENDEES PER OFFEROR and is not expected to exceed two (2) hours. Offerors are required to submit questions, in writing, to the Contracting Officer no later than Monday, February 22, 2010 at 3:00 p.m. EST at magginaj@nhlbi.nih.gov. Offerors must confirm their attendance, prior to February 17, 2010, at the e-mail above. Offers and related materials must be received by 3:00 p.m. EST on March 10, 2010. Facsimile submissions are not authorized and collect calls will not be accepted. Submit offers to Joanna Magginas, National Heart, Lung, and Blood Institute, DERA, OA, Procurement Branch, 6701 Rockledge Drive, Room 6150 (MSC 7902-6150), Bethesda, Maryland 20892-7902. Please reference the solicitation number: NHLBI-PB-HL-2010-77-JBM. Proposals may be submitted electronically at magginaj@nhlbi.nih.gov or via hard copy.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-HL-2010-77-JBM/listing.html)
 
Place of Performance
Address: National Institutes of Health, Clinical Center (Bldg. 10), 9000 Rockville Pike, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02054931-W 20100203/100201235325-5c4e01a0f1fdb15abcdd21cc0fb23255 (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.