Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 05, 2013 FBO #4303
SOLICITATION NOTICE

66 -- KinTek Stopped Flow and Rapid Chemical Quench Insturments and accessories

Notice Date
9/3/2013
 
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 Child Health and Human Development, Contracts Management Branch, 6100 Executive Blvd., Suite 7A07, MSC7510, Bethesda, Maryland, 20892-7510
 
ZIP Code
20892-7510
 
Solicitation Number
NIH-NICHD-13-082
 
Archive Date
9/26/2013
 
Point of Contact
Tracey Muck, Phone: 301-443-7797
 
E-Mail Address
muckt@mail.nih.gov
(muckt@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 NIH-NICHD-13-082 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 2005-69. The North American Industry Classification (NAICS) Code is 334516 and the business size standard is 500 employees. However, this solicitation is not set aside for small business. Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD) have a requirement for a vendor who is capable of providing the KinTek Corporation SF-300X Stopped Flow and RQF-3 Rapid Chemical Quench Flow Instruments and all the components below: 1. SF-300X Stopped Flow Instrument - quantity (1) EA; features shall include: computer-controlled servo motor drive with high torque, low inertia, brushless motor; solid vertical drive mount; dead time of 0.85 millisecond; two-position valve for sample loading; three drive syringes; minimum volume of 20 microliter per reactant; transparent water jacket. 2. Fluorescence Anisotropy Filter Set - quantity (1) EA 3. Additional PhotoMultiple Tube (PMT) - quantity (1) EA 4. RQF-3 Rapid Chemical Quench Flow Instrument - quantity (1) EA; features shall include: computer controlled servo motor drive with high torque, low inertia, brushless motor; three-way valve system to allow samples to be loaded into the 15 microliter sample loops; 8-way reaction valve to select each reaction delay line and length; one drive mechanism for all syringes; sample economy to allow volumes as low as 15 microliters per reactant per shot. 5. KinTek Global Kinetic Explorer Software (single user license) - quantity (1) EA Shipping and handling and warranty information should be included in offeror's quotation. The offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR Clause 52.212-1 Instructions to Offerors - Commercial Items; FAR Clause 52.212-2, Evaluation - Commercial Items; FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; and FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions applies to this acquisition. The offeror must include their 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.acquisition.gov/far/. Interested vendors capable of providing the required/actual equipment in this synopsis should submit a copy of their quotation to the below address or via email to muckt@mail.nih.gov. Offers must also be accompanied by descriptive literature, delivery timeframe, warranties, and/or other information that demonstrates that the offer meets all of the foregoing requirements. Quotations will be due nine (9) calendar days from the publication date of this synopsis or by September 11, 2013 by 10:00am EST. via email or postal mail. The quotation must reference Solicitation number NIH-NICHD-13-082. Quotations sent by postal mail or other mailing services must be submitted to the following address: Eunice Kennedy Shriver National Institute of Child Health and Human Development, 6100 Executive Boulevard, Room 5Z00, Bethesda, MD 20852. Attention: Tracey Muck, by the date and time mentioned above. Any questions must be sent via email to muckt@mail.nih.gov and must include solicitation # NIH-NICHD-13-082 in the subject line of email. Faxed copies/responses will not be accepted. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System for Award Management (SAM) [formerly CCR]. EVALUATION FACTORS FOR AWARD A. GENERAL The major evaluation factors for this solicitation include two parts which shall hold equal merit in determining best overall value to the Government. The two parts are as follows: 1) Technical Evaluation - which encompasses experience and past performance of demonstrating the ability to meet the specifications factors listed (see Section B below); 2) Cost/Price Evaluation proposal will be evaluated for realism and reasonableness. B. TECHNICAL EVALUATION Offerors proposals shall be evaluated on the 50 criterion listed below and shall receive an overall rating of, Exceptional Acceptability; Acceptable or Unacceptable. Only proposals that are determined to be Acceptable shall be eligible and considered for award. The definition that will be used in evaluating and rating the criterion is as follows: • Exceptional Acceptability: Equipment exceeds the specified performance or capabilities in a beneficial way has no major weaknesses or deficiencies. • Acceptable: Equipment meets specification standards and any weaknesses or deficiencies are considered minor and are readily correctable or acceptable in meeting the overall requirement. • Unacceptable: Equipment fails to meet the specification(s) and the weaknesses and/or deficiencies are considered uncorrectable without major revisions and would potentially subject the Government to overall risks in performance - either in time and/or money. C. COST/PRICE EVALUATION: Offeror proposed price shall be evaluated on realism and reasonable for the Government to purchase the equipment. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. Realism will be evaluated only on the offeror(s) inputs which the Government will use to determine the most probable cost/price for the equipment in a manner consistent with the offeror's proposal. Cost/Price realism analysis will be conducted in accordance with FAR 15.404-1(d). The result of the cost/price realism analysis will be considered in the making the best value tradeoff decision. D. TRADEOFF-DECISION (SELECTION FOR AWARD): Contract award shall be made to the responsible Offeror whose technical and price proposals, in conforming to this solicitation, provides an overall best value to the Government. The Government's objective is to obtain the highest technically accepted proposal at the most fair and reasonable proposed price. In selecting an offeror for award, offerors are instructed and advised that lowest price technically acceptable shall not automatically determine best overall value. Below is a table for information purposes to demonstrate the overall tradeoff process and an example that the Government may select higher technical acceptable proposal at a higher proposed price due to the overall value. TRADE-OFF TABLE Overall Technical Rating Proposed Price Vendor A Unacceptable $80 Vendor B Acceptable $210 Vendor C Exceptionally Acceptable $225 Vendor D Acceptable $220 In the example above, the Government could select Vendor C for award because overall best value is justified and supported that $225 is considered a fair and reasonable price for the purchase of the equipment. To select an Exceptional Offeror for $15 greater than the lowest-priced/technical acceptable is considered obtaining the highest quality of equipment for the proposed price. (Overall Exceptionally Acceptable would be a result of receiving 6 or more Exceptionally Acceptable ratings per criteria listed above). The Government reserves the right to make an award without discussions. SF-300X The following shall meet the minimum technical specifications: 1) Computer controlled servo motor with high torque, low inertia, brushless motor with closed loop positioning, to monitor speed and position and allow for quick repeatability from experiment to experiment 2) Solid vertical drive mount 3) Dead time of 0.85 millisecond 4) Two-position valve for sample loading; three drive syringes 5) Minimum volume of 20 microliter per reactant 6) Transparent water jacket RQF-3 The following shall meet the minimum technical specifications: 1) Computer controlled servo motor with high torque, low inertia, brushless motor 2) Three-way valve system to allow samples to be loaded into the 15 microliter sample 3) 8-way reaction valve to select each reaction delay line/length and drive speeds for flexibility 4) One drive mechanism for all syringes, to allow all syringes to stop and start at the same time 5) Sample economy to allow volumes as low as 15 microliters per reactant per shot
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NIH-NICHD-13-082/listing.html)
 
Record
SN03171894-W 20130905/130903235614-e3fa1a8b251329aa4b834ee1a0cac75e (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.