Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2013 FBO #4169
SOLICITATION NOTICE

66 -- Incubator, Pan-Type Humiditier & Dehumiditfier

Notice Date
4/22/2013
 
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
RML6-RFQ-12033
 
Archive Date
5/20/2013
 
Point of Contact
Laura L Grey, Phone: 4063759812, Julienne Keiser, Phone: 406-363-9370
 
E-Mail Address
laura.grey@nih.gov, jkeiser@niaid.nih.gov
(laura.grey@nih.gov, jkeiser@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation 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; quotes are being requested and a written solicitation will not be issued. This procurement is being issued as a request for quotation. Submit offers on RML6-RFQ-12033. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-66 dated April 1, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Total Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. The Laboratory of Malaria Vector Research requires an Incubator, Pan-Type Humidifier and Dehumidifier. The Incubator must include the following items or products: Control System for temperature and photoperiod, Single Board Solid state design, 10 key membrane keypad with LED indicators and vacuum fluorescent display, real time or circadian programming, programs for ramping or non-ramping modes, Multiple programs that can be linked to simulate natural conditions, contain no lighting, 22 gauge electro-Zinc plated steel both exterior and interior, all joints welded, painted with highly reflective white baked enamel, temperature range: 2 degrees - 44 degrees Celsius, ¼ HP continuous running condensing unit, top mounted refrigeration unit, 29.7 cube foot capacity, adjustable shelves providing a minimum of 32.3 square feet of work space (6 preferred), one inch access port, caster assembly with levers, Pan style humidifier (not a nozzle) and the Humidity requirements are 25C-75%RH. Warranties, Installation and Shipping charges must be quoted. FOB Point shall be Destination, Rockville, MD. Inside delivery shall be required 90 days after receipt of order (ARO). Delivery location is Rockville, MD. The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2 Evaluation-Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics and delivery; 2) Warranty; and 3) Price and the best value to the Government; 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; FAR 52.212-3 Offerors Representations and Certifications-Commercial Items. Warranty information to include period and coverage, shall be stated. In order to be considered for an award, offeror must have completed the Online Representations and Certifications located at http://www.sam.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 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. Offers may be emailed to laura.grey@nih.gov, mailed to Laura Grey at 903 South 4th Street, Bldg. 31 room 113, Hamilton, Montana 59840 or faxed to the POC indicated above (Fax - 406-363-9288). Offers must be submitted not later than 4:30 PM (MDST)05/02/2013. Copies of the above-referenced clauses are available from http://www.acquisition.gov/far/loadmainre.html or upon request, either by telephone or fax. All responsible sources may submit an offer that will be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RML6-RFQ-12033/listing.html)
 
Place of Performance
Address: National Institute of Health/ NIAID, 12735 Twinbrook Pkwy, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN03042623-W 20130424/130422234715-553b9033abb5bc2b217a9860feda3497 (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.