Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2018 FBO #6096
SOLICITATION NOTICE

66 -- DIGITAL CASSETTE BASED RADIOGRAPHY SYSTEM - FAR Clause

Notice Date
7/31/2018
 
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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-C-192979
 
Archive Date
8/24/2018
 
Point of Contact
Diana Rohlman, Phone: 4063639366, Suzanne Miller, Phone: 406-363-9445
 
E-Mail Address
diana.rohlman@nih.gov, millers2@niaid.nih.gov
(diana.rohlman@nih.gov, millers2@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52.212-5 This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-RML-C-1912979 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 06-15-18 AS OF 07/12/18. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open. The National Institute of Allergy and Infectious Diseases (NIAID) Rocky Mountain Laboratories Veterinary Branch has a requirement for: 1)Quantity of three (hard wired) detectors 14 x17 cassette size digital x-ray sensors with patented ISS Technology, No x-ray generator interface These units must have all salient characteristics listed; All Quotation offers must meet all requirements listed below to be considered. - Patented ISS Technology (Irradiated Side Sampling Technology) - Must be AED, - must have automatic exposure capabilities - Must have SmartSwitch technology (NO EXCEPTIONS), we intend to use with other generators on site. This technology is required to enhance generator compatibility by removing the need for synchronization between the x-ray generator and the panel. - units must be mobile ALL IN ONE case, 15" Touchscreen laptop control station, with HD display and 500 GB SSD, BT charger USB and Network Ports, including table that must be permanently attached. Table, generator and computer/monitor must move easily as a single unit (NO EXCEPTIONS, must be all in one units for transporting units from room to room) Table must be mobile and stainless steel constructed with powder coated surfaces to withstand BSL4 decontamination procedures (NO EXCEPTIONS) -must include x-ray sensor holder. -must quote all warranties to be included -must note any Technical Support included - Must quote On-Board Control Computer Perpetual license appropriate for digital film interpretation. -table must be or not to exceed 60"x36"x32" to fit in laboratory space -table must hold up to 600 lbs for large laboratory animal species -table must be of quiet roll casters and all four must lock/unlock -software must be customizable to Rocky Mountain Laboratories to accommodate research data collection and unique laboratory species. Proof of capability to customize must be included with the quotation. Software must be customized programming for research support and ability to ID laboratory animal species, research protocol numbers and completely configured for research facility. Data collected must be available to save locally on units. Must be compatible with the Federal Governments IT security systems when data are being digitally transferred out of the high containment laboratory. RADIOGRAPHY SYSTEM - cannot be wireless as these units will be used within the BSL4 High Containment Laboratories. Wireless connections do not transmit well due to the building construction. Must be cabled to built-in data ports. The proposed system must function within the NIAID/RML IT infrastructure without the need for special exemptions or configuration modifications. Software must be customized and compatible to accommodate research data collection and unique laboratory species. This hardware works closely with the specialized BSL4environment and must be built to conform to facility environment. Because service technicians cannot access the high containment laboratories, this equipment will be serviced by our own staff so replacement-interchangeable parts must available and not be proprietary to a certain manufacturer. Therefore, any warranties cannot be made null or voided when using other than certified factory technicians. -must quote remote training, set-up and applications -must include the country origin of the manufacturer -must include costs for shipping, freight, handling, destination and insurance -the units must be portable to move between experimental suites during decontamination procedures. They must fit into a specified footprint and be totally self -contained. - no payments shall be made in advance of receiving the products or services - Qty: 2 Portable Battery 90kV/20mA. Single handed Collimator control, wide 80, - 90kV range in 1kV steps and carry case The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet all requirements, technical evaluations, price, delivery and the best value to the government. The following FAR provisions apply to this acquisition:52.252-2 -- Clauses Incorporated by Reference. As prescribed in 52.107(b), insert the following clause: Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): _____________________________________________________________________ http://farsite.hill.af.mil/vffara.htm FAR 52.212-1 Instructions to Offerors Commercial Items (Oct 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Nov 2017) Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) is updated in your SAM record) FAR 52.204-7 System for Award Management (July 2013) FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. The following FAR contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (Jan 2017) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (Jan 2017) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.204-18 Commercial and Government Entity Code Maintenance (Nov 2014) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (July 2013) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010) FAR 52.225-1 -- Buy American-Supplies (May 2014) FAR 52.225-2 -- Buy American Certificate (May 2014) FAR 52.225-13 --Restriction on Certain Foreign Purchases (Jun 2008) By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than Aug. 9th, 2018, 9:00 AM Mountain Time Offers may be mailed or e-mailed to diana.rohlman@nih.gov Emailed offers must note the solicitation number in the subject line of email. Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman @ diana.rohlman@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-C-192979/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN05013456-W 20180802/180731230948-3d69c2e8a8eef5410b6bf4006f1f9576 (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.