Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 13, 2010 FBO #3123
SOLICITATION NOTICE

66 -- Perimed Periflux 5000 System or Equal

Notice Date
6/11/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B129, Mail Stop 1640, Gaithersburg, Maryland, 20899-1640
 
ZIP Code
20899-1640
 
Solicitation Number
SB1341-10-RQ-0461
 
Archive Date
7/10/2010
 
Point of Contact
Joshua D. Holliday, Phone: 3019758497, Todd D Hill, Phone: 301-975-8802
 
E-Mail Address
joshua.holliday@nist.gov, todd.hill@nist.gov
(joshua.holliday@nist.gov, todd.hill@nist.gov)
 
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-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. ***This solicitation is being issued using Simplified Acquisition Procedures.*** ***This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-41.*** *** The associated North American Industrial Classification System (NAICS) code for this procurement is 423450 with a small business size standard of 100 employees. This acquisition is a 100% small business set-aside.*** *** The National Institute of Standards and Technology is seeking to purchase One (1) Perimed Periflux 5000 System or EQUIVALENT.*** ***Line Item 0001 is a BRAND NAME or EQUAL requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristics of products that will be considered satisfactory to meet the agency's needs.*** ***All interested Contractors shall provide a quote for the following: Line Item 0001: Quantity One (1) Perimed Periflux 5000 System or EQUIVALENT, which shall meet or exceed the following salient characteristics: 1. TCOM based transcutanious sensors and modules (2 integrated into one system) 2. Laser Doppler perfusion sensor and module integrated to work with 1 (above) 3. A calibration device for the above components 4. Ability to save and export data via USB 5. Operating software 6. Main instrument which accommodates the above sensors 7. Device designed and intended to be used with human subjects Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver line item 0001 to NIST, Building 301, Shipping and Receiving, Gaithersburg, MD 20899-1640. Award shall be made to the firm that provides the lowest priced, technically acceptable quote. Technical acceptability means that the quote meets all of the stated minimum specifications. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," and Price. Technical Capability: Evaluation of Technical Capability will be based on the information provided in the quotation. Quoters shall include the manufacturer or brand name, make and model of the products, manufacturer sales literature or other product literature that addresses all technical requirements, and that clearly documents that the offered product meets technical requirements stated above. Price: Quoted price will be evaluated for reasonableness. *** The full text of a FAR provision or clause may be accessed electronically at http://acquisition.gov/comp/far/index.html. *** *** The following provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offerors Representations and Certifications- Commercial Items.*** *** Offerors must complete annual representations and certifications on-line at http://orca.bpn.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. If paragraph (j) of the provision is applicable, a written submission is required. ******The following clauses apply to this acquisition: 1. 52.211-6 Brand Name or Equal; 2. 52.212-4 Contract Terms and Conditions-Commercial Items; 3. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items including subparagraphs: a. 52.219-6 Notice of Total Small Business Set-Aside b. 52.219-28 Post Award Small Business Program Rerepresentation c. 52.222-3 Convict Labor d. 52.222-19 Child Labor - Cooperation With Authorities And Remedies e. 52.222-21 Prohibition of Segregated Facilities f. 52.222-26 Equal Opportunity g. 52.222-35 Equal Opportunity for Special Disabled Vets h. 52.222-36 Affirmative Action for Workers with Disabilities i. 52.222-37 Employment Reports on Special Disabled Vets j. 52.225-1 Buy American Act k. 52.225-13 Restriction on Certain Foreign Purchases, and l. 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. ***Department of Commerce Agency-Level Protest Procedures Level above the Contracting Officer is also incorporated. It can be downloaded at www.nist.gov/admin/od/contract/agency.htm. *** WARRANTY: The Contractor shall provide at a minimum, a one year warranty (parts and labor) on the product. Please provide a description of the warranty provided for this equipment. Please include the following details: 1. Length of warranty 2. What is included? (Parts, Labor) 3. Is the warranty on-site or return to vendor? a. If on-site is travel included? b. If return to vendor is shipping to and from NIST included? ***All quoters shall submit the following: 1) An original and one (1) copy of a quotation which addresses Line Item 0001 2) An original and one (1) copy of the technical description and/or product literature; 3) Description of commercial warranty; 4) An original and one (1) copy of the most recent published price list(s); 5) Country of Origin information for each line item.*** ***All quotes shall be sent to the National Institute of Standards and Technology, Acquisition Management Division, Attn: Joshua D. Holliday, Building 301, Room B175, 100 Bureau Drive, Stop 1640, Gaithersburg, MD 20899-1640. *** *** This is an Open-Market Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) *** ***Submission shall be received not later than 3:00 p.m. local time on June 25, 2010 at the National Institute of Standards & Technology, Acquisition Management Division, 100 Bureau Drive, Building 301, Room B175, Mail Stop 1640, Gaithersburg, MD 20899-1640, Attention: Joshua Holliday. Because of heightened security, FedEx, UPS, or similar delivery methods are the preferred method of delivery of quotes. If quotes are hand delivered, delivery shall be made on the actual due date through Gate A, and a 48 hour (excluding weekends and holidays) prior notice shall be made to the Contracts Office at 301-975-4959. For non-U.S. citizens, the following additional information will be required: title, employer/sponsor, and address. Please ensure that the individual making the delivery brings photo identification, or they will be denied access to the facility. Offerors shall submit their quotations so that NIST receives the complete quotation not later than 3:00 PM Eastern Time on June 25, 2010. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joshua.holliday@nist.gov. E-mail quotations shall not be deemed received until the quotation is entered in the e-mail inbox of Joshua Holliday. ***
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-10-RQ-0461/listing.html)
 
Place of Performance
Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
Zip Code: 20899
 
Record
SN02175311-W 20100613/100611234709-f96f2761f741488f610e14d3209de2f0 (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.