SOLICITATION NOTICE
66 -- Free Standing Glassware Washing Machine
- Notice Date
- 8/31/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 105, Bethesda, Maryland, 20894, United States
- ZIP Code
- 20894
- Solicitation Number
- NIHLM2015613
- Archive Date
- 9/19/2015
- Point of Contact
- Richard E. Bailey, Phone: 3014021139
- E-Mail Address
-
baileyrichard@mail.nih.gov
(baileyrichard@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2015613 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 2005-82. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. As supplemented by FAR Part 12 - Commercial Items. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure a Lancer 1300LX12-14-13r5 Freestanding Glassware washing machine. NIDDK must retire (1) free standing glassware dishwasher because the manufacturer will no longer offer service. The work of NIDDK requires there be no chemical residues on our plastic and glass ware which can negatively affect the outcome of our experiments. Our current dishwasher is used several times per week to clean plastic and glass ware in order to remove contaminants, such as organics and salts, which can interfere with our experiments. Lancer LX1300 Freestanding Glassware washing machine standard features include* *3 Independent and adjustable wash levels * 42 microprocessor controlled programs * On-board chemical storage with liquid level detection * LANCER's Super Drying system with HEPA filtered, forced air drying via injectors and chamber * 304L stainless steel construction for exterior * 316L stainless steel construction for chamber and door * Insulated chamber for quiet operation * Built-in detergent and acid neutralizer pumps for labor free dosing * Filter system to protect circulation pump * Self-diagnostic software * Electrically Heated unless steam option is noted below * End user training by local Lancer Sales Representative * Racks are interchangeable between levels * Chamber dimensions: 25.35"H x 21"W x 20"D * External dimensions: 64"H x 23.75"W x 29"D The requirement listed is requested to submit a capability statement to assist the Government in determining in accordance with Federal Acquisition Regulation (FAR) 19.502-2(b) whether or not this procurement will be set-aside for any of the programs described above. The intended procurement will be classified under North American Industrial Classification (NAICS) code 334516 with a size standard 500. All respondents are requested to identify their firm's size and type of business. Interested firms responding to this market survey must provide (a) capability statement demonstrating their experience, skills and capability to fulfill the Government's requirements for the above. The capability statement shall be in sufficient enough detail, but not to exceed 15 pages, so that the Government can determine the experience and capability of your firm to provide the requirements above. Your capability statement, not to exceed 15 pages, should include references. Responses: E-MAIL will be accepted and can be sent to baileyrichard@mail.nih.gov The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at https://www.acquisition.gov PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the System For Award Management (SAM) http://www.sam.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due on or before September 4, 2015 at 11:00 a.m. EST. Offersors shall provide an original and one copy of your quotation. The quotation must reference Solicitation number NIHLM2015613. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations may be submitted electronically to Richard Bailey at baileyrichard@mail.nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OAM/NIHLM2015613/listing.html)
- Place of Performance
- Address: Bethesda Main Campus, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03864589-W 20150902/150901000258-301a6d1f9fcd0b623d7cc577ffebea0e (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 |