SOLICITATION NOTICE
66 -- Digital Polymerase Chain Reaction (PCR) Platform Equipment for the Detection of JC DNA.
- Notice Date
- 7/29/2013
- 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
- CSS3020013
- 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 CSS3020013 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. Requirements: Digital Polymerase Chain Reaction (PCR) Platform Equipment for the Detection of JC DNA. 7. The contractor shall provide the item according to the minimum specifications as follows: - Enable sensitive and precise absolute target quantification without the use of standard curve. - Allow the detection of extremely rare events and will counts the number of targets in a sample. - Possess higher precision and sensitivity which is ideal for the quantification of molecular standards used in traditional real-time PCR experiments. - Possess the sensitive and precise detection of JC Virus and its load determination. - Possess high-density nanofluidic chip technology that can partition a sample into as many as 2e4 independent reaction wells, whereby, the samples and the amplification products remain completely contained throughout the workflow. - Includes at least 1 year manufacturer's warranty. 8. Delivery by 30 Days after the receipt of award. Delivery location: The National Institutes of Health Campus; 10 Center Drive; Building 10; Bethesda, MD 20892. 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, 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: CSS3020013. 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: CSS3020013. 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/CSS3020013/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03130288-W 20130731/130729234819-1937e1af3e28b4b97184e7cd22e6b898 (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 |