Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 18, 2008 FBO #2365
SOLICITATION NOTICE

66 -- Bioscreen C MBR

Notice Date
5/16/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Field Finance & Acquisition Services, HFT-320, 3900 NCTR Road, Jefferson, Arkansas, 72079-9502
 
ZIP Code
72079-9502
 
Solicitation Number
FDA-SOL-08-00683
 
Point of Contact
Jacqueline L Warren,, Phone: 718-662-5463
 
E-Mail Address
jacqueline.warren@fda.hhs.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address: Department of Health and Human Services, Food and Drug Administration, Office of Field Finance and Acquisition Services, 158-15 Liberty Avenue, Jamaica, NY 11433 Description The Food and Drug Administration intends to award a Purchase Order for, brand name or equal for the following equipment: #5101370 Bioscreen C MBR (quantity of 2 each), #9502550 Honeycomb 2 plates 100 per carton (quantity of 2 cartons), Norden Lab Professional Software Bronze Edition (quantity of 1 each), Shipping and Handling Charges (quantity of 2 each). Delivery multiple locations (see below). This is a Total Small business Set-Aside Combined Synopsis/Solicitation for laboratory equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, all quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition.” or The offeror shall state “The terms and conditions in the solicitation are acceptable to be included in the award document with the exception (s) and rationale for the exception(s) Additionally, all quotes shall include price (s); FOB point; poc (name and telephone number); GSA contract number if applicable; delivery date (delivery date is of the utmost importance); business size; and payment terms. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. (ii) The solicitation number is FDA-SOL-08-00683. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-16, May 16, 2008. (iv) This is a firm fixed price requirement. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 334516. (v) Automated Growth Curves Microbiology Instrument with the specifications set forth below: ability to measure up to 200 results at one time, shaker, incubator with ranges up to and including 60 degrees C in steps of 0.1 degree and ability to maintain accuracy w/in 0.1 degree of set temperature with top and bottom heating method, light source, filter wheel with multiple filters up to 600nm, ability to perform microbiology growth curves ranging from hours to months with no condensation or evaporation of sample, aerobic and anaerobic applications with ability to measure growth in yeast, molds and spores, software that plots OD values in matrix form and ability to support all major web browsers, including mobile browsers, one year warranty to cover defects. Delivery multiple locations (see below). An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Origin, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance: Delivery is required 4-8 weeks after receipt of order (ARO). FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, CFSAN, HFS-712 5100 Paint Branch Parkway, College Park, MD 20740, and other location: Food and Drug Administration, 8301 Muirkirk Road, Laurel, MD 20708 (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirement(s). (viii) Award will be made to the party whose quote offers the best value to the Government, technical, price, and other factors considered. The Government will evaluate information based on the following evaluation criteria: (1) Technical Capability factor “Meeting or Exceeding the Requirement,” and (2) Price. Technical Capability and Price are of equal importance. Evaluation of Technical Capability shall be based on the information provided in the quotation. Quotes shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which “Clearly Documents” that the offered product meets or exceeds the specifications stated herein. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) 1. (xv) The proposal must reference solicitation number FDA-SOL-08-00683. The Offers are due in person, by mail or fax on or before May 23, 2008 by 16:30 hours (Eastern Time) at Food and Drug Administration, 158-15 Liberty Avenue, Jamaica, New York 11433. (xvi) For information regarding this solicitation, please contact Jacqueline L. Warren @ 718-662-5463, FAX 718-662-5424, email jacqueline.warren@fda.hhs.gov. Point of Contact Jacqueline L. Warren, Contract Specialist, 718-662-5463. Priscella T. Sullivan, Contracting Officer, email priscella.sullivan@fda.hhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fc1c4ccf4855bb2545b364b6f342b208&tab=core&_cview=1)
 
Place of Performance
Address: Food & Drug Administration, CFSAN,HFS-712, 5100 Paint Branch Parkway, College Park, MD 20740, other location:, Food and Drug Administration, 8301 Muirkirk Road, Laurel, MD 20708, United States
Zip Code: 20708
 
Record
SN01575015-W 20080518/080516220238-fc1c4ccf4855bb2545b364b6f342b208 (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.