Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

65 -- Bio-Rad NGC Quest 10 - Attachments

Notice Date
8/19/2016
 
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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-581
 
Archive Date
9/24/2016
 
Point of Contact
Brian Lind, Phone: 301.827.5298
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Product 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-PSOL-2016-581 and the solicitation is issued as a Request for Quote (RFQ) 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging (NIA) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Bio-Rad, 2000 Alfred Noble Drive, Hercules, CA, 94547 for a NGC Quest 10 Chromatography Unit. This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1(a)(ii)(A). Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is to avoid duplication and unnecessary cost by procuring a like piece of equipment that will not be able to utilize some of the existing part and peripherals we currently have from the outdated chromatography unit. In addition to the dollar cost there is a lost in labor due to training required and synchronizing the current data with a chromatography unit from another manufacturer. There is also a chance of lost data to the transfer to a new unit. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89 date 07/14/2016. (iv)The associated NAICS code 334516 and the small business size standard 1000 employees. This requirement has no set aside restrictions. Bio-Rad NGC Quest 10 chromatography system The chromatography system is necessary to isolate protein material for basic molecular/biochemical mechanistic studies and for high-throughput screening assays.. The NGC Quest 10 system is optimized for separation of biomolecules at high resolution with the use of accurate gradients, and will fulfill essential needs of the LMG and be compatible with current column hardware (i.e. compatible with components and protein isolation protocols from previous system, Bio-Rad Biologic DouFlow FPLC system (#7600037)). Specifically the Government is procuring the following unit and peripherals: NGC Quest 10 •BioFrac Fraction •NGC Custom Switching •NGC Inlet Valve Module •NGC 3rd Tier Expansion •Computer (PC) for ChromLab •22" Monitor •NGC System one year Full on Site Maintenance •BioFranc One Year Full Onsite Maintenance (vi)This is a brand name procurement and as such the equipment must be the Bio-Rad NGC Quest 10. (vii)Delivery of the chromatography unit must be within 60 days from receipt of the purchase order with the installation and training to take place within 14 days from delivery. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation based on the lowest price technically acceptable (based on the Bio-Rad Quest 10 specifications and attachments previously stated. Technical and past performance, when combined, are significantly less important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. NONE (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. see attached document. (xiii)The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices, NONE (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. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 September 9, 2016 at 9:00 AM Eastern Standard Time. and reference number HHS-NIH-NIDA-SSSA-PSOL-2016-581. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov... Fax responses will not be accepted. (xvi)The name and telephone number of the individual to contact for information regarding the solicitation, Brian Lind at 301-827-5298.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-581/listing.html)
 
Place of Performance
Address: National Institute on Aging, Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04233454-W 20160821/160819235956-a9517e29a8bc195363d44f6767584abf (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.