Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 13, 2015 FBO #5011
SOLICITATION NOTICE

66 -- Lasers and Laser Accessories - Purchase Description

Notice Date
8/11/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454111 — Electronic Shopping
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-15-474
 
Archive Date
9/8/2015
 
Point of Contact
Farrin Stanton, , ,
 
E-Mail Address
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Purchase Description Description: (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-474 and the solicitation is issued as request for quotation (RFQ) a. This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13—Simplified Acquisition Procedures; FAR Subpart 13.5—Test Program for Certain Commercial Items; and FAR Part 12—Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. (iv) The associated NAICS code 454111 and the small business size standard is 32.5 million (v) Project Title: Lasers and Laser Accessories (vi) Background Information: The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. NIDA requires power supply and couplers for lasers as described in the purchase description. (vii) Purchase Description • Lasers • 473 nm blue laser with a 200 mW power output, power adjustable and TTL modulation function • 532 nm green laser with a 400 mW power output, power adjustable and TTL modulation function • Power outputs must be 200mW or greater for blue laser and 400 mW or greater for green laser. The frequencies of blue and green lasers must be between 450 and 480 nm and between 532 and 561 nm, respectively. • They must be able to generate laser-light pulses at the frequency of 100 Hz and perform reliably over the period of at least 3 years without losing laser power. • 4 units for each laser type Delivery is anticipated 30 days from notice of award. (viii) Place of delivery or acceptance: NIDA IRP 251 Bayview Blvd., Suite 200, Baltimore, MD 21224 (ix) The provision of FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (x) The provision of FAR clause 52.212-2, Evaluation – Commercial Items, applies to this acquisition. (xi) The provision of FAR clause 52,212-1, Instructions to Offerors—Commercial Items (Apr 2014), applies to this acquisition. (xii) The provision of FAR clause 52.212-2, Evaluation – Commercial Items (January 1999), applies to this acquisition. (xiii) The Government will award a contract resulting from this solicitation on the basis of best value in relation to pricing. The major evaluation factors for this solicitation include technical and cost/price factors. Evaluation will be made in accordance to the contractor’s ability of meeting each of the criteria listed in the purchase description. Although technical factors are of paramount consideration in the award of the contract, cost/price is also important to the overall contract award decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. Evaluation factor 1 : Technical capability- contractor must demonstrate ability to provide laser and couplers in accordance with the purchase description (80 points) Evaluation factor 2: Delivery time- Contractor must demonstrate ability to meet the delivery time of the requirement. (20 points) The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation, price evaluation, and the ability to complete the work within the Government’s required schedule. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the government. (xiv) The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. (xv) FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items (July 2013), applies to this acquisition. (xvi) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items (September 2013), applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.” All responses must be received by August 24,2015 12pm EST. Eastern standard time and must reference number HHS-NIH-NIDA-(SS/SA)-CSS-15-474. Responses may be submitted electronically to Farrin.Stanton@NIH.gov Attention: Farrin Stanton. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-474/listing.html)
 
Place of Performance
Address: 31 Center Drive, Suite 1B59, Bethesda, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03834237-W 20150813/150812000938-f42966488a810fd746f2c1e097577fcc (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.