SOLICITATION NOTICE
66 -- Analytical Laboratory Instrument Manufacturing / High Throughput Lasers - Package #1
- Notice Date
- 11/26/2012
- 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
- NIAID-NOI-13C-1613419
- Archive Date
- 12/26/2012
- Point of Contact
- Terry M Knight, Phone: 301-402-2282, John - Foley, Phone: 301-402-2284
- E-Mail Address
-
knightte@niaid.nih.gov, jfoley@niaid.nih.gov
(knightte@niaid.nih.gov, jfoley@niaid.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- List of required Lasers This is a combined Synopsis/Solicitation/Notice of Intent for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are not being requested and a written solicitation will not be issued for the solicitation number NIAID-NOI-13C-1613419 a Notice of Intent. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-62 dated November 20, 2012. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a small business set-aside, however small disadvantage, minority, veteran owned, and HUB zone companies, etc., are encourage in submitting a proposal. The associated North American Industry Classification System (NAICS) Code is 334516, which has a business size standard of 500 employees. The National Institute of Allergy and Infectious Disease (NIAID) intends to procure high throughput lasers as a sole source requirement from Becton, Dickinson, and Company (BD Biosciences). See the attached list of lasers that will be used for replacement lasers in five (5) flow cytometers already located in the lab for the period of one (1) year. The five (5) flow cytometer instruments are in constant use up to 7 days a week and the lasers are critical for the optimal functioning of the instruments. Without the lasers, these instruments are rendered non-functional. Samples that are tested are run through the instrument labeled with specific fluorescent antibodies that only emit a signal when hit with a certain wavelength of light emitted from the each of the lasers (red, blue, violet and green). During routine maintenance, these lasers are checked for power and signal strength and any that are suboptimal are replaced. These lasers are also replaced if they malfunction between routine maintenance. As these instruments are custom designed for the needs of the lab, the lasers that are an integral part of the instrument are designed such that they will work only with the customized instruments. There is no known lasers offered that will physically fit inside the instruments to provide the optimal signal strength and power to accommodate the functioning of the instrument. To use a different vendor for these lasers will cause the instruments to not be able to be calibrated to optimal specifications such that samples between experiments will not be able to be analyzed and compared. This would adversely affect the function of the lab and its mission. Period of Performance is one year from date of award to the location of Bethesda, Maryland 20892. The award will be based on: 1) the capability to meet the required specifications, 2) price, and 3) delivery. The FOB terms are 'Destination' and Net 30. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2, Evaluation - Commercial Items; FAR 52.212-3, Offeror Representations 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 of Executive Orders - Commercial Items; and FAR 52.232.33, Payment by Electronic Funds Transfer - Center Contractor Registration (Oct 2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included which can be found online at System for Award Management (SAM) https://www.sam.gov. By submission of an offer, the Offeror acknowledges the requirement that a prospective Awardee shall be registered in the SAM 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. [Note: Lack of registration in SAM will make an Offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 5:00 P.M. Eastern Standard Time Tuesday, December 11, 2012 through the Postal Service at the address is NIH/NIAID/AMOB, 10401 Fernwood Drive, Room 2NE52E, MSC 4811, Bethesda, Maryland 20892-4811. E-mail and Fax submissions are not authorized. Request for information concerning this requirement are to be submitted in writing, and can be faxed to 301-480-8720, or e-mail to knightte@niaid.nih.gov. It is the vendor's responsibility to confirm receipts of all quotations and/or questions by the closing date of this announcement by contacting Terry Knight at (301) 402-2282. Collect calls will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAID-NOI-13C-1613419/listing.html)
- Place of Performance
- Address: National Institutes of Health, NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02936605-W 20121128/121126233844-ee7c2956ea36d493c2c3dae058d982c0 (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 |