Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 03, 2018 FBO #6097
SOLICITATION NOTICE

66 -- FACSymphony flow cytometer and associated components

Notice Date
8/1/2018
 
Notice Type
Presolicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Child Health and Human Development, Contracts Management Branch, 6710B Rockledge Dr., Suite 1124, MSC7000, Bethesda, Maryland, 20892-7510, United States
 
ZIP Code
20892-7510
 
Solicitation Number
NICHD201800043
 
Archive Date
8/23/2018
 
Point of Contact
Amber Harris, Phone: 3014028778
 
E-Mail Address
amber.harris@nih.gov
(amber.harris@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND- NAME). The National Institutes of Health, Eunice Kennedy Shriver National Institute of Child Health and Human Development (NICHD), Office of Acquisitions (OA) on behalf of the National Institute of Digestive, Diabetes & Kidney Diseases intends to award a purchase order without providing for full and open competition (Including brand-name) to BECTON, DICKINSON AND COMPANY for the FACSymphony flow cytometer and associated components in addition to delivery. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 1,000. REGULATORY AUTHORITY The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-98. This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount greater than the simplified acquisition threshold but not exceeding $7 million. STATUTORY AUTHORITY This acquisition is conducted under the authority of the procedures in FAR subpart 13.5 in accordance with 41 U.S.C. 1901 or the authority of 41 U.S.C. 1903 under provisions of the statutory authority of FAR Subpart 6.302- FAR 6.302-1-Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1). PERIOD OF PERFORMANCE WITHIN 90 DAYS OF AWARD Place of Performance National Institutes of Health National Institute of Digestive, Diabetes & Kidney Diseases 10 Center Drive BLDG 10 - Clinical Center 9th Floor, Wing C Bethesda MD 20892 DESCRIPTION OF REQUIREMENT 10 Detector Package Decagon Violet BV421 (450/50), BV480 (450LP; 474/25), BV510 (505LP; 525/50), BV570 (550LP; 586/15), BV605 (600LP; 610/20), BV650 (635LP; 670/30), BV711 (690LP; 710/50), BV750 (750LP; 780/60), BV786 (750LP; 780/60), Open Detector (Future) 1 LASER SYSTEM UV-G4 355-60 W/BE SORP 1 5 Det Poly UV BUV396 (378/29), DAPI (410LP; 450/50), BUV496 (450LP; 515/30), BUV737 (690LP; 740/35), BUV805 (770LP; 820/60) 1 Laser SORP Coherent Sapphire 532-200 1 5 Detector Package Green Decagon PE (575/26), PE CF594 (600LP; 610/20), PE Cy5 (635LP; 670/30), PE Cy5.5 (690LP; 710/50), PE Cy7 (750Lp; 780/60) 1 HP Detectors above 700 nm Qty 8 1 BD FACSflow Sheath Fluid 20L 1 BD CST Beads Kit 150 Tests 1 BD FACS Sheath Solution With Surfactant 1 Workstation Bundle Z240SFF LSR Fortessa 1 Monitor Computer 34 in. SORP 1 Coherent Connection IV with Integration Kit 1 Option FACSFlow Supply Sys LSRFortessa 1 Table Assembly FACSaria II - LSR II 1 A3/A5 Quantiflash Upgrade Kit SORP 2 Pulser LED A3/A5 SORP 1 400003661 HPS Panel Design Starter Kit Each HPS Panel Design Starter Kit provides access to 50 small scale evaluation samples 3 624371 HPS Prototype Fluorochrome Eval Kit 1 566352 HPS Fluorochrome Evaluation Kit 1 Trade-in: 1 Shipping and Handling: 1 CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: descriptive literature, delivery timeframe, warranties and/or other information that demonstrates that the offer meets all the foregoing requirements, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Wednesday, August 8, 2018 to the Contract Specialist, Amber Harris, at amber.harris@nih.gov. Assessment of Capability Lowest Price Technically Acceptable
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NICHD/NICHD201800043/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN05016551-W 20180803/180801231749-6c4c1d9aea74f13729b637d4de03e5e9 (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.