SOLICITATION NOTICE
66 -- Upgrade of a Bruker BioSpin DRX600 Spectrometer
- Notice Date
- 7/30/2007
- Notice Type
- Solicitation Notice
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, MD, 20892-7902, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- NHLBI-PB-(HL)-2007-150-DDC
- Response Due
- 8/10/2007
- Archive Date
- 8/25/2007
- Description
- This notice 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, wherein proposals are being requested and a written solicitation will not be issued. The synopsis / solicitation number NHLBI-PB(HL)-2007-150-DDC is being issued as a request for quotation. The acquisition is being conducted under FAR Part 13, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 2005-18. This requirement is being conducted as a total small business set aside and is classified under the North American Industry Classification System Code (NAICS) 334516 - Analytical Laboratory Instrument Manufacturing, Size Standard is 500 employees. Market Research conducted by the Government has determined that the Bruker BioSpin Systems? brand Bruker DRX600 Spectrometer console is the only system that is compatible with the NHLBI, Laboratory of Molecular Biophysics?s existing hardware and software. The delivery point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI, Bethesda, Maryland. The requested delivery date is thirty (30) calendar days after receipt of the purchase order. The National Heart, Lung, and Blood Institute's (NHLBI), Office of Acquisitions, for NHLBI's Division of Intramural Research (DIR), intend to purchase an upgrade Bruker BioSpin DRX600 Spectrometer console. The Government requires an upgrade that must be compatible to the existing spectrometers. This includes the ability to use the existing room temperature probes as well as the cryogenic probe, air temperature controller, air-cooling unit, and the superconducting magnet without modification. In addition the upgraded console must be able to perform the government experiments without significant modifications to the existing pulse sequence library. The new console will have increase sensitivity that is desperately needed to study very large biomolecules. At this time the existing spectrometer consoles are in the stage where the manufacturer will no longer produce new spare parts, therefore support will diminish in the next few years. This upgrade to the NMR spectrometer console is crucial for this section to fulfill its mission to develop and apply NMR techniques to study important biological problems. Bruker BioSpin is the existing manufacturer of the existing spectrometer console and the only company that offers compatible upgrade to the console. Based upon the above rationale the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Office of Acquisition (OA), for the NHLBI, Laboratory of Molecular Biophysics, intend to award a single, fixed priced purchase order on a sole source, noncompetitive basis to Bruker BioSpin Coporation, 15 Fortune Drive, Manning Park, Billerica, Massachusetts 01821, for the purchase of one (1) each Advance III 600 Console Upgrade The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The provisions of FAR Clause 52.212-1, Instructions to Offerors-Commercial Items is applicable to this acquisition. The provisions of FAR Clause 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The purchase order award will be made to the Offeror whose Part meets the Government?s minimum performance specifications, functional specifications, and delivery date. A best buy analysis will be performed taking into consideration price, shipping points, technical specifications, special features, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, environmental and energy efficiency considerations, delivery terms, and past performance. In addition to a price quote, the Offeror must submit descriptive literature of the Part proposed, a commercial price list, warranty provisions, and any other information the Offeror considers relevant to the Government?s evaluation of the Part proposed. The Government intends to evaluate the quotes and award the purchase order without discussion with Offerors. Therefore, the initial offer should contain the Offerors best terms for a technical and price standpoint. However, the Government reserves the right to conduct discussions, request Part samples or demonstrations, if later determined by the Contracting Offeror to be necessary. The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. The Offeror must include a completed copy of the provision of FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer. The provisions of FAR 52-212-4 Contract Terms and Conditions-Commercial Items, is applicable to this acquisition. The provisions of FAR 52-212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, is applicable to this acquisition. The addendum to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items, is as follows: The Offeror must include in its quote, the unit price, the list price, installation charges, shipping and handling cost, the delivery date, prompt payment discount terms, the F.O.B. point (Destination or Origin), and provide descriptive literature inclusive of specifications as part of the quotation. The DUN and Bradstreet Number (DUNs), the Taxpayer Identification Number (TIN), and the business size. The Offeror must be registered in the Government?s Central Contractor Registry (CCR) System, which is available at www.ccr.gov . The FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation For Simplified Acquisitions, applies to this acquisition. The following FAR clauses cited are applicable to this acquisition: (1) 52.222-26, Equal Opportunity (E.O. 11246). (2) 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212). (3) 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793). (4) 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212). (5) 52.225-3, Buy American Act - Supplies (41 U.S.C. 10). (6) (I) 52.225-21, Buy American Act - North American Free Trade Agreement Implementation Act - Balance of Payments Program (41 U.S.C 10, Pub. L. 103-187). (6) (ii) Alternate I of 52.225-21. (7) 52.239-1, Privacy or Security Safeguards (5 U.S.C. 552a). There are no numbered notes applicable to this notice. Quotations are due Monday, August 6, 2007, 8:30 a.m. at the National Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Suite 6042, Bethesda, Maryland 20892-7902. Attention Deborah Coulter, Contract Specialist, (301) 435-0368. Quotations may be submitted electronically to coulterd@nhlbi.nih.gov or by FAX to (301) 480-3345. The electronic transmission and fax transmission must reference the solicitation number: NHLBI-PB(HL)-2007-150/DDC. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency.
- Place of Performance
- Address: BETHESDA MD
- Zip Code: 20892-7902
- Country: UNITED STATES
- Zip Code: 20892-7902
- Record
- SN01356077-W 20070801/070730220342 (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 |