SOLICITATION NOTICE
66 -- MICROFLUIDIC SAMPLE HANDLING SYSTEM
- Notice Date
- 8/22/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- National Institutes of HealthNational Library of Medicine6707 DEMOCRACY BOULEVARDII DEMOCRACY PLAZA, SUITE 700WATTN: MS. V. L. GRIFFINBethesdaMD20892-7511
- ZIP Code
- 20892-7511
- Solicitation Number
- NIHLM2011184
- Response Due
- 9/5/2011
- Archive Date
- 10/5/2011
- Point of Contact
- GRIFFIN, VERNE L +1 301 594 7730, griffinv@mail.nih.gov
- E-Mail Address
-
GRIFFIN, VERNE L
(griffinv@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- 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 announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2011184 and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-53. The North American Industry Classification (NAICS) Code is 334516 the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) intends to procure a Microfluidic Sample Handling System. The WPI MFCS/FLOWELL microfluidic system is required for the sample handling with our fluorescence microscope system. WPI MFCS/FLOWELL microfluidic system has the capability of sample delivery at steady flow rates down to 1.8nl/min, choice of the flow rate control either by the flow rate or by the pressure, flow change response time of 0.15 second, and monitoring and recording both pressure and the flow rate. Up to 8 channels could be handled; this system has 3 channels of up to 345 mb positive pressure pump with 3 channel flow rate monitoring and a separate on channel of -69 mb negative pressure pump. The Microfluidic Sample handling System should meet the following specifications: NS-FL- MFCS -345: MFCS System + One 345 mbar channel; NS-FL- MFCS -345X: MFCS extension channel 345 mbar; NS-FL-FLOWELL-50V: Flowell device for low pressure MFCS VAC + one 50 uL/min channel; NS-FL-FLOWELL-50VX: Flowell extension channel 50 uL/min; NS-FL-MFCS-69V: MFCS VAC System + One -69mbar channel; NS-31156001: Vacuum Pump 115V -60Hz and Connection; NS-FLUIWELL-V: Fluiwell-4C 2mL for MFCS VAC System; NS-FLUIWELL: Fluiwell-4C 2mL for Low Pressure MFCS System. Basis for Award: Offerors must provide descriptive literature or other material that demonstrates their offer meets the forgoing requirements. The contract will be awarded to the responsible offeror whose offer fully meets the requirements of the solicitation, provides the best value, with price and technical factors equally important in award evaluation. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (a), The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Technical Evaluation, Price, and Past Performance; 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. Vendors must submit a listing of the most recent contracts/awards (minimum of 3) in which similar apparatus or equipment was purchased. Contracts/awards may include those entered within the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1.Name of Contracting Organization,2.Contract Number (for subcontracts provide the prime contract number and the subcontract number,3.Contract Type,4.Total Contract Value, 5.Description of Requirement to include Statement of Work,6.Contracting Officers Name and Telephone Number, and7.Program Managers Name and Telephone Number. * If past performance questionnaire is available, please submit. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed acquisition is based upon responses to this notice and is solely for the purpose of determining whether to conduct a competitive acquisition. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. The clauses are available in full text at http://www.arnet.gov/far. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis on September 5, 2011. The quotation must reference Solicitation number NIHLM201184. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20817, Attention: V. Lynn Griffin. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). Faxed copies will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2011184/listing.html)
- Record
- SN02543896-W 20110824/110822235056-3f9c8bdcf7357e35cb0d57bcd13c6cdc (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 |