MODIFICATION
66 -- RECOVERY Instruments and Lab Equipment
- Notice Date
- 8/17/2010
- Notice Type
- Modification/Amendment
- 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
- RFQNIAID10145
- Archive Date
- 9/11/2010
- Point of Contact
- Shirlene M Smith, Phone: 301-402-6315, Linda C Taylor, Phone: 301-402-5762
- E-Mail Address
-
ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov
(ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation 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 RFQNIAID10145. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated August 2, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside. 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 the following items; (1) Qty 90 of 96 Well Cell culture plates. These ultra low binding plates feature a covalently bound hydrogel layer that effectively inhibits cellular attachment. Surface minimizes protein absorption, enzyme activation, and cellular activation. Non-cytotoxic, biologically inert, and non-degradable. Gamma radiation sterilized. Sterile and include lid.); (2) Qty 54 of Biohazard bags - Polypropylene Biohazard Autoclave Bags Clear polypropylene; Plain; Size: 24 x 36 in. Bag, Biohazard Autoclave; Polypropylene; Plain; Clear; Max. temp.: 140°C; Pass Dart 01-82 Series Impact Resistance Test of 165g (using ASTM D1709-85); With elastic closure; Thickness: 2.0mil; Size: 24 x 36 in. printed bags; (3) Qty 36 of Hi-Temp Biohazard Bags (Polypropylene Biohazard Autoclave Bags Red polypropylene; Printed; Autoclavable Biohazard Bags^ 2mil red polypropylene. 96.5Wx121.9Hcm. Strong side seams. Ideal for hazardous waste collection and disposal, including autoclaving. Meet 480g tear test in both directions. Autoclavable to 135[degree]C. Printed biohazard warning label. Temperature indicator patch.), (4) Qty 18 of Blue Wrap around Gowns - Gown Wrap-Around Gown, Hook and Loop Neck Closure, Two Waist Ties, Knit Cuffs, Non-Sterile, 30/CS, 18 lb / 8.2 kg); and (5) Qty of 1 Thermocycler 2MCPRO, specifications are as follows: 1) Ultimate reduction of evaporation, 2)Extremely fast heating and cooling rates, 3)Gradient blocks with SteadySlope technology 4)Intuitive graphic programming, 4)Display to indicate cycler number in a network 6)Upgradable to real-time PCR, 7)Standard Warranty, 8) Optional self-test of peltier elements, 9) Aluminium thermoblock,, sample capacity: 96x0.2ml PCR tubes or 1 PCR plate, Temp control blco 4-99C, Deminsions: 26x41.5x37cm, 18.5kg, Power consumption 950W. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics 2) Delivery and 3) Price. Period of Performance is 12 months after receipt of order (ARO). Contact laboratory for further delivery instructions. Inside delivery shall be 30 days after receipt of order (ARO). Delivery will be made to Bethesda, MD, 20892. 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 Shirlene Smith at (301) 402-6074. All responsible sources may submit offers that will be considered by this agency. Offers must be mailed. Offers must be submitted no later than 5:00 p.m. Eastern Time (ET), August 27, 2010. For delivery through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22C, Bethesda, MD, 20892-4811. Requests for information concerning this requirement are to be addressed to Shirlene Smith at 301-402-6315. Collect calls will not be accepted. 1) Modification amended to correct RFQNIAID10145 number previously provided. Change is being made to the RFQ# in the body of the solicitation from RFQNIAID10118 to read RFQNIAID10145. 2)Response to the following requests; Regarding the mentioned solicitation - RFQNIAID10145 We are petitioning the Government to set aside the listed solicitation as a small business set aside in accordance with the FAR*. *IAW FAR 19.502-2(c) small businesses may bid on any size manufacturer's product if the solicitation is a small business set aside and anticipated to be under $25,000. *FAR 19.503 Acquisitions for Small Business A small business and market experience indicates with a great degree of certainty that the Government would have at least one other small business participating in the referenced buy. If this change cannot be considered, we would like to have a copy of the market research completed for this buy in order that we may refer the study to the Small Business Administration, the President's Office in charge of small business advocacy and the Small Business Committees in the US Congress. In response to the above mentioned solicitation request; To whom it may concern, Acquisitions exceeding $2,500, but not more than $100,000 are automatically reserved exclusively for small business concerns unless the Contracting Officer determines there is not a reasonable expectation of obtaining offers from two or more responsible small businesses. FAR PART 19.502-2 (b) (1). Market research was performed through the SBA Search Results. "There were no profiles that met the search criteria." We are being informed that ARRA must be full and open competition which allows small businesses to participate. If you would like to submit a quote on this requirement please do so.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQNIAID10145/listing.html)
- Place of Performance
- Address: Address: National Institutes of Health NIAID Bethesda MD, Postal Code: 20892, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02243236-W 20100819/100817235148-83692e6b3cf4b948f7aad3c437b8cbea (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 |