Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2013 FBO #4263
SOLICITATION NOTICE

66 -- A Liquid Scintillation Analyzer, Essential Operational Components, On-line Training and Support, and Extended Warranty for Liquid Scintillation Analyzer.

Notice Date
7/25/2013
 
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 on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
CSS3036167
 
Point of Contact
Mario D. Gray, Phone: 3014352238
 
E-Mail Address
Mario.Gray@nih.hhs.gov
(Mario.Gray@nih.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
A. Description: 1. This is a Combined Synopsis and Solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; therefore, quotes are being requested and a written solicitation will not be issued. 2. The solicitation number is CSS3036167 and the solicitation is issued as a request for quotation. 3. This acquisition is for a commercial and is conducted under the authority of the FAR Part 13-Simplified Acquisition Procedures and the FAR Part 12-Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. 4. The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular (FAC) 2005-67 effective July 22, 2013. The resultant purchase order will include all applicable provisions and clauses in effect through the FAC 2005-67 effective July 22, 2013. 5. This solicitation is a 100% Full-and-Open Competition. The intended procurement is classified under North American Industry Classification System Code 334516 with a Size Standard of 500 employees. 6. A Liquid Scintillation Analyzer, Essential Operational Components, On-line Training and Support, and Extended Warranty for Liquid Scintillation Analyzer. 7. The contractor shall provide all the items according to the minimum specifications as follows: a. Liquid Scintillation Analyzer: - Programmable TR-LSC (Time-Resolved Liquid Scintillation Counting) - Luminescence detection - Spectrum Unfolding - 408 large or 720 small vial capacity - Automatic single label Direct DPM with Ba-133 External Standard - Sample numeric value screening - SIS (Spectral Index of Sample) - Cassette loading bi-directional conveyor - Linear 4000 Channel Spectralyzer MCA - Electrostatic controller - Ambient room temperature operation - Group PrioStat # priority interrupt - QuantaSmart software for the Windows 7 operating system with comprehensive on-line help - 15 user protocols with unlimited password protected assays - Assay-specific drive and path selection for data and spectrum storage - Assay-specific, user-selectable, coincidence resolving time, count delay, and programmable background reduction - SpectraBase stores sample and quench standard spectra - Custom spreadsheet-type calculations - Ergonomic computer mounting arm, mounts on either left or right side. - External computer controller and monitor, DVD/RW, built-in EtherNet Support b. Ambient kit: No refrigeration for room temperature operation Hardware/Software: c. Single/Dual/Color/DPM d. Laser Printer: 110V e. High Sensitivity Count Mode f. New Instrument Online Training and Support g. Liquid Scintillation Analyzer Extended Warranty h. Regular Delivery 8. Delivery 7 - 10 Days after the receipt of award. Delivery location: The National Institutes of Health Campus; 251 Bayview Boulevard; Biomedical Research Center; Baltimore, MD 21224. 9. The provision at the FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 10. The provision at the FAR clause 52.212-2, Evaluation - Commercial Items, if used, applies to this acquisition. The Government's evaluation procedure will be based on the ‘Lowest Priced-Technically Acceptable'. Therefore, the quote which offers the technically acceptable and lowest priced solution to the Government's requirements will be evaluated to be the ‘Best Value' to the Government. 11. The provision at the FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, applies to this acquisition. An offeror must include a completed copy of the provision at the FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. 12. The provision at the FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. 13. The provision at FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. 14. Additional contract requirement(s) or terms and conditions ( i.e. contract financing arrangements or warranty requirements): Not Applicable. 15. The Defense Priorities and Allocations System (DPAS): Not Applicable. B. Responses and Questions: 1. Responses to this notice shall contain sufficient information to establish the interested party's bona-fide capabilities for fulfilling the requirement and include: unit price, 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. An offeror must have an active registration in the System for Award Management (SAM) www.sam.gov." 2. Responses must reference the identifier code as follows: CSS3036167. Responses must be submitted electronically by the closing date and time of this announcement. Responses must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: Mario.Gray@nih.hhs.gov. Fax or telephone responses will not be accepted. 3. Questions must reference the identifier code as follows: CSS3036167. Questions must be submitted electronically within the ‘first two days' of this announcement. Questions must be submitted electronically to the Contract Specialist, Mario Gray, using the e-mail address as follows: Mario.Gray@nih.hhs.gov. Fax or telephone questions will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/CSS3036167/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN03126984-W 20130727/130725235232-69773b437572349c99500cfcefdac207 (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.