SOLICITATION NOTICE
66 -- Brand Name Only Peak Scientific Nitrogen Generator - Genius 1024 230V
- Notice Date
- 8/22/2018
- 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
- HHS-NIH-NIDA(AG)-CSS-18-00484
- Archive Date
- 9/11/2018
- Point of Contact
- Heather M. Orandi, Phone: 3014436162, Yvette Brown, Phone: 301-443-8402
- E-Mail Address
-
Heather.Orandi@nih.gov, yvette.brown@nih.gov
(Heather.Orandi@nih.gov, yvette.brown@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- COMBINED SYNOPSIS / SOLICITATION NON-COMPETITIVE Solicitation Number: HHS-NIH-NIDA(AG)-CSS-18-00484 Title: Brand Name Only Peak Scientific Nitrogen Generator - Genius 1024 230V (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 NIHDA201800484 and the solicitation is issued as a Reqeust 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), Office of Acquisition, Contracts Management Branch Blue on behalf of the National Institute on Aging intends to negotiate and award a Purchase Order without providing for full and open competition (Including brand-name) to Peack Scientific Inc., 19 Sterling Road, Suite #1, Billerica, MA 01862. 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 13.106-1(b)(1) - Brand Name Item. 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 that the Peak Scientific nitrogen generator Genius 1024 230V generator is uniquely designed to work with the combination of Shimadzu UPLC front end system and Ab Sciex Qtrap 550 tandem mass spectrometry system. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-98, dated June 15, 2018. (iv) The associated NAICS code 334516 and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions. (v) List of contract line item number(s), name of items, and quantities. Line # Cat. No. Product Name Qty. 1 10-9524 Genius 1024 230V 1 2 06-3200 Transformer Dual Tap 200-230Vac 1 3 10-9524-FPPM Genius 1021 - FPPM 1 4 09-1300 Shipping & Handling-Generators 1 (vi) Generic Name of Product: Nitrogen Generator (vii) Delivery: Five (5) days ARO Place of Delivery: 251 Bayview Blvd Baltimore, MD 21224-2816 (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: Lowest-Price, Technically Acceptable. (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. (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. 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 12:00 PM Eastern on August 27, 2018 and reference number NIHDA201800484. Responses may be submitted electronically to Heather Orandi, Heather.Orandi@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone number of the individual to contact for information regarding the solicitation: Heather Orandi, 301-443-6162.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA(AG)-CSS-18-00484/listing.html)
- Place of Performance
- Address: 251 Bayview Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN05051686-W 20180824/180822231622-c0d8062ef4ac6f3ed81c45f1ba048502 (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 |