Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2020 SAM #6722
MODIFICATION

66 -- Modular Circular Polarimeter

Notice Date
4/23/2020 4:47:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95020Q00081
 
Response Due
4/30/2020 12:00:00 PM
 
Archive Date
05/15/2020
 
Point of Contact
Scott Bredow, Phone: 3014807503
 
E-Mail Address
scott.bredow@nih.gov
(scott.bredow@nih.gov)
 
Description
Title: � Modular Circular Polarimeter (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 75N95020Q00081 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 2020-05, dated 3/30/2020. (iv)�The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions. (v)�The National Center for Advancing Translational Sciences (NCATS) requires the purchase of one (1) Modular Circular Polarimeter. Generic Name of Product: Modular Circular Polarimeter Brand Name of Product:� Anton-Paar FAR 52.211-6, Brand Name or Equal (Aug 1999) is applicable to this Solicitation. Salient Characteristics: 1. MCP 5500 Modular Circular Polarimeter � Item # 183355 � For measurements of optical rotation, specific rotation, concentration Polarimeter hardware: a. Unique LED light source technology for all wavelength in the range from 325 - 880 nm, with averaged life time between 50,000 and 100,000 hours b. High efficient built-in Peltier temperature control from 10-45 �C , temperature accuracy of �0.03 �C c. Optcal rotation resolution of up to 0.0001� d. High accuracy of <0.0020 �OR over the entire measuring range of +/- 89.9 e. Automatic, wireless identification of the sample cell and quartz control plate by Toolmaster function, patented US 8,908,179 B2 f. Multi-wavelengths option for up to 8 different wavelengths in the UV, VIS and NIR range (optional) g. Built-in camera for sample filling observation by FillingCheck (standard) h. Full compliance to national and international pharmacop�ias: (i)21 CFR Part 11, (ii) GMP, GLP, and GAMP 5, and (iii) OIML � 2. �104139 - POLARIMETER TUBE, HASTELLOY, 100 mm, TOOLMASTER WL, L�R, VOL. 0.7 ml 3. �104137 - POLARIMETER TUBE, HASTELLOY, 100 mm, TOOLMASTER WL, L�R, VOL. 2 ml 4. �108248 - POLARIMETER TUBE, HASTELLOY B3, 50 mm, TOOLMASTER WL, L�R, VOL. 0.35 ml 5. �104461 - QUARTZ CONTROL PLATE, 50 �Z / 17 �OR, TOOLMASTER WIRELESS 6. �183325 - MW OPTION 3 589+ (KIT 3 UV/VIS/NIR) 7. �186166 - INTERFERENCE FILTER INCL. LED 880 nm 8. �186167 - INTERFERENCE FILTER INCL. LED 405 nm 9. �186164 - INTERFERENCE FILTER INCL. LED 365 nm � (vi)�Delivery shall be to: � The National Center for Advancing Translational Sciences (NCATS) Division of Pre-Clinical Innovation 9800 Medical Center Drive, Bldg C Rockville, MD 20850 � One-time delivery to ship within 4 � 8 weeks after receipt of order � (vii) The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. � (viii)�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. (b) Offers will be evaluated for technical criteria, price, and past performance. Technical criteria consists of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price. (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. (ix)�Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (x)�The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Jul 2016) 52.204-18, Commercial and Entity Code Maintenance (Jul 2016) 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services of Equipment HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015). 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014). (xi)�FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition (xii)�The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)�The offeror must complete and return FAR 52.204-24 with its offer. (xiv) 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 April 30, 2020, 3:00pm, Eastern Standard Time and reference number 75N95020Q00081. Responses shall be submitted electronically to Scott Bredow, Contracting Officer, scott.bredow@nih.gov. Fax responses will not be accepted. (xv) The name of the individual to contact for information regarding the solicitation: Scott Bredow, Contracting Officer, scott.bredow@nih.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a70c0070f4fc4d7ab42a3642b4d8f6d8/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN05633212-F 20200425/200423230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.