SOLICITATION NOTICE
99 -- Dynamic Light Scattering Detector - Request for Quotes
- Notice Date
- 7/7/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU000115Q0314
- Point of Contact
- Malika Graham, Phone: 301-295-9555
- E-Mail Address
-
malika.graham@usuhs.edu
(malika.graham@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- Provisions and Clauses Request for Quotes The Uniformed Services University of the Health Sciences (USU) is the nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service, and with scientists who serve the common good. We serve the uniformed services and the nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for a dynamic light scattering detector. This is a combined synopsis/solicitation for commercial items 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 is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR Part 12 - Acquisition of Commercial Items and FAR Part 13 - Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 05-82 (June 8, 2015) and Defense Federal Acquisition Regulation Supplement (DFARS) (June 26, 2015). This requirement is set-aside for small business concerns under NAICS code 334516 (Analytical Laboratory Instrument Manufacturing), with a size standard of 500 employees. In order to be eligible for award, offerors must be registered in www.SAM.gov, with completed representations and certifications. This requirement is subject to the non-manufacturer rule. Offerors responding to this requirement must provide quotes for dynamic light scattering detectors manufactured by small business concerns. Any offeror submitting a quote for dynamic light scattering detectors by a company other than themselves must provide the name of the manufacturer. The manufacturer’s socio-economic status will be verified in SAM.gov. Offerors interested in responding to this requirement must provide a quote for a dynamic light scattering detector, which at a minimum, meet the specifications listed below. A single firm fixed-price (FFP) order will be awarded. Offerors are encouraged to submit multiple quotes for a dynamic light scattering detectors, which will be evaluated separately by the Government. Desired Specifications: · Size Range: must be able to measure submicron particles down to 0.2 nanometers (nm); a minimum upper limit of 1 mircron is required, with the ability to observe larger particles approaching 5‐10 micrometers in size (for characterizing larger aggregates) preferred. · Molecular Weight Range: 300 Daltons (Da) to 1 Mega Dalton (MDa). · Temperature Range: ‐5 degrees Celsius to 90 degrees Celsius (temperature control has to be part of instrument, cannot be an external add‐on; nitrogen or dry air port to prevent condensation during low temperature work is acceptable). · Low Sample volume: 5‐10 uL or less; at least one quartz cuvette included with delivered instrument and disposable cuvettes for instrument should be available from OEM or 3rd party vendors. · Instrument should be potentially adaptable to well‐plate sample format and fractionation device (Size Exclusion Chromatography ‐ High Pressure Liquid Chromatography (SEC-HPLC) or Fast Protein Liquid Chromatography (FPLC)). · Installation and training (either on‐site or off‐site) must be provided by the manufacturer. The Government intends to award one firm-fixed price (FFP) purchase order representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with the most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the offeror quoting the highest technically rated item. The Government reserves the right to award without discussions. Evaluation Factors (listed in order of importance): 1. Technical - Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum, the product literature must demonstrate that the quoted item meets the specifications outlined above. Information on warranty training, installation and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (i.e., trade magazines) and customer reviews/references as part of the technical evaluation. 2. Price - Offerors must include all applicable costs (Example: Components, Shipping) in their quote. The quoted total price for all components will be the evaluated price. In addition to providing product literature, offerors must also submit the completed table below with their quote submission*: DESIRED SPECIFICATIONS QUOTED SPECIFICATION - COMPLETED BY OFFEROR PAGE # SPECIFICATION ADDRESSED IN PRODUCT LITERATURE - COMPLETED BY OFFEROR · Size Range: must be able to measure submicron particles down to 0.2 nanometers (nm); a minimum upper limit of 1 mircron is required, with the ability to observe larger particles approaching 5‐10 micrometers in size (for characterizing larger aggregates) preferred. · Molecular Weight Range: 300 Daltons (Da) to 1 Mega Dalton (MDa). · Temperature Range: ‐5 degrees Celsius to 90 degrees Celsius (temperature control has to be part of instrument, cannot be an external add‐on; nitrogen or dry air port to prevent condensation during low temperature work is acceptable). · Low Sample volume: 5‐10 uL or less; at least one quartz cuvette included with delivered instrument and disposable cuvettes for instrument should be available from OEM or 3rd party vendors. · Instrument should be potentially adaptable to well‐plate sample format and fractionation device (Size Exclusion Chromatography ‐ High Pressure Liquid Chromatography (SEC-HPLC) or Fast Protein Liquid Chromatography (FPLC)). · Installation and training (either on‐site or off‐site) must be provided by the manufacturer. *Offerors who fail to provide the completed chart above, may be considered non-responsive. Offerors must submit the following with their quote: • Completed copy of provision 252.209-7992 • Completed copy of provision 252.225-7035 See the attached for provisions and clauses applicable to this requirement. Quotes should be valid until September 30, 2015. Quoted items must be new. Quotes for a refurbished dynamic light scattering detector will not be considered. Offerors must also indicate in the quote where the item is manufactured. Items will be shipped to Bethesda, MD. Deadlines : Questions/clarifications regarding this solicitation must be submitted via email to malika.graham@usuhs.edu by July 13, 2015. Any question received after July 13 th will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around July 15 th. Quote packages are due by 10:00 PM Eastern Local Time on July 20 th. Quotes must be submitted via email to malika.graham@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Quote packages should include a cover sheet that provides the following information: • Company Name • Point of Contact, to include email and phone number • DUNS number • Statement that includes acknowledgment of latest amendment number
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ca15ad2fff8943b4a07502811717deb1)
- Place of Performance
- Address: Uniformed Services University of the Health Sciences, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN03788095-W 20150709/150708000230-ca15ad2fff8943b4a07502811717deb1 (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 |