SOLICITATION NOTICE
66 -- Fluorescent Imaging System for the Neurocognitive Aging Section - Purchase Description
- Notice Date
- 9/8/2017
- 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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2017-763
- Archive Date
- 9/28/2017
- Point of Contact
- Michelle C. Morelli, Phone: 3018270914
- E-Mail Address
-
michelle.morelli@nih.gov
(michelle.morelli@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Purchase Description Fluorescent Imaging System for the Neurocognitive Aging Section (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-2017-763 and the solicitation is issued as a request for quotation (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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006- 2005-95, dated 01-19-2017. (iv) The associated NAICS code 334516 and the small business size standard 1000. This requirement is a competitive small business set-aside. (v) A fluorescent imaging system is required to measure DNA and proteins in a variety of samples. Please refer to attached "Purchase Description Attachment" for equipment specifications, quantity and other considerations. (vi) The Neurocognitive Aging Section performs experiments that require quantification of protein and DNA expression in young and aged animals. A fluorescent imaging system is required to measure DNA and proteins in a variety of samples. (vii) Contractor shall deliver and provide on-site training within 30 days of receipt of order. Delivery and on-site training, shall take place between the hours of 8:00 am and 5:00 pm, Bethesda, MD prevailing time, Monday through Friday. (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 to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Refer to attached "Purchase Description Attachment" for evaluation criteria and methodology. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) 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. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. (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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (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 September 13, 2017 at 11 AM Eastern Standard Time. and reference number HHS-NIH-NIDA-SSSA-CSS-2017-763 Responses may be submitted electronically to Michelle Morelli, Contract Specialist at michelle.morelli@nih.gov Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Michelle Morelli/301-827-0914.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2017-763 /listing.html)
- Record
- SN04669550-W 20170910/170908232445-e36276388700f1cca2eb0f8d30cf9660 (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 |