SOLICITATION NOTICE
66 -- 384-well head dispenser and tip loader for Hamamatsu FDSS7000EX system - Supporting documents
- Notice Date
- 4/13/2018
- 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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- NIHDA201800227P
- Point of Contact
- Stuart G. Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Purchase Description NIH Payment Provisions FAR 52.212-5 clauses Sole Source Justification Title: 384-well head dispenser and tip loader for Hamamatsu FDSS7000EX system. (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 NIHDA201800227P 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. 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) Office of Acquistions, NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a purchase order without providing for full and open competition (Including brand-name) to Hamamatsu Corporation, 360 Foothill Road, Box 6910, Bridgewater, NJ 08807-0910, for a 384-well head dispenser and tip loader for Hamamatsu FDSS7000EX system. 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 41 U.S.C. 3304(a)(1). (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2006-97, dated January 24, 2018. (iv)The associated NAICS code 334516 and the small business size standard is 1000. This requirement has no set-aside restrictions. (v)The items to be purchased are one 384 well head dispenser (manufacturer item no. A10118-28) and one tip loader (manufacturer item no. A11529-02) for a Hamamatsu FDSS7000 EX system, to replace a broken part. (vii)Delivery is 2 months after receipt of order, fob destination. (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. The following factors shall be used to evaluate offers: 1. The contractor's ability to meet or exceed specifications in the purchase description; 2. The contractor's ability to meet or exceed the delivery date; 3. Quality, type, and duration of warranties; and 4. Price. The Government will evaluate quoations on the basis of a trade-off process. All evaluation factors other than cost or price, when combines are significantly more important than cost or price. (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 FAR clause 52.212-3, Offeror Representationsand Certiciations-Commercial Items, applies to this acquisition. The full text is available at https://www.acquisition.gov. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The invoice instructions at FAR 52.212-4(g) are replaced with the NIH Invoice and Payment Provisions (2/2014), attached to this Solicitation. (xii)FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached to this Solicitation. (xiii)There are no additional contract requirements or tems 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. 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."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800227P/listing.html)
- Place of Performance
- Address: National Center for Advancing Translational Sciences, 9800 Medical Center Drive, Rockville, Maryland, 20895, United States
- Zip Code: 20895
- Zip Code: 20895
- Record
- SN04889061-W 20180415/180413230734-fbcb4ad62182c7d417fc6648b166bb8c (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 |