Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 30, 2008 FBO #2438
SOLICITATION NOTICE

65 -- Laboratory Equipment and Installation

Notice Date
7/28/2008
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-PB-AR-2008-193-RCO
 
Response Due
8/11/2008 5:00:00 PM
 
Archive Date
8/26/2008
 
Point of Contact
Rosie C Owens,, Phone: (301) 435-0365, Kathleen J. Marsden,, Phone: (301) 435-0364
 
E-Mail Address
rowens@mail.nih.gov, km66x@nih.gov
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NHLBI-PB-(AR)-2008-193-RCO and is issued as a Request for Quotation (RFQ). The solicitation will include all applicable provisions and clauses in effect through Federal Acquisition Circular 05-26 (as of 06/12/2008). The North American Industry Classification (NAICS) Code is 334516, and the business size standard is 500. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. However, this solicitation is set aside for small businesses. It is the intent of the National Heart, Lung, and Blood Institute’s (NHLBI) Consolidated Operations Acquisition Centers (COAC) on behalf of National Institute of Arthritis and Musculoskeletal and Skin Diseases (NIAMS) to procure the services from Beckman Coulter Inc., 1800 SW 147th Avenue, Miami, Florida, 33196, for the following product and service: a) MoFlo Laser Options, 488nm, 200 mW OPSI Diode (Model 16830) and b) on-site installation service. Summary: The above laboratory equipment and installation services are essential to NIAMS’s continued research efforts under protocol # Number: 99-AR-0004 Entitled: “Molecular Basis of Primary immunodeficiencies,” led by Dr. John O’Shea, Scientific Director. The purpose of this study is to evaluate patients with primary immunodeficiency disorders to identify patients with mutations of the genes for the following proteins: Jak3, STAT1, STAT4, interleukin-7, interleukin-7 receptor, interleukin-12 receptor subunits, and others. The Lymphocyte Cell Biology Section requires the services of the cell sorter facility on a daily basis in order to continue on-going and active clinical research and the aforementioned protocol. Patients undergo screening history, physical examination, and clinical laboratory evaluation at referring institutions and tissue samples, or cell lines when sent to the NIH. The establishments of cell lines prepare DNA and RNA for molecular genetic analysis and study cytokine signal transduction in patient cell lines. This clinical research study is essential for the continued care of Clinical Center patients at NIH. The ongoing advancement of this research would not be feasible without the MoFlo Laser cell sorter and its cell sorting services. Furthermore, if the NIAMS aged cell sorter fails and/or deemed inoperable therefore, not repairable the current maintenance warranty would void causing financial loss to the government. Location: On-site Installation- NIH Campus in Bethesda, Maryland Delivery date: Sixty days after receipt of purchase order The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors Commercial; 2) FAR Clause 52.212-2, Evaluation Commercial Items. As stated in FAR Clause 52.212-2 (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: Technical Evaluation and Price. 3) FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions Required To Implement Statues or Executive Orders Commercial Items, Contract Terms and Conditions Commercial Items; and 5) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. This action is under the authority of 41 U.S.C. 253(c) (1), as set forth in FAR 6.302-1 and HHSAR 306-302-1. Only one responsible source and no other supplies or services will satisfy agency requirement. This notice of intent is not a request for competitive quotations however; all responses received within 15 days from the date of publication of this synopsis will be considered by the Government. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. However, the determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The offeror must include in their quotation, the unit price, the list price, shipping and handling cost. Note: In order to receive an award from the NHLBI contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov and registered in Dun and Bradstreet (DUNS), the Taxpayer Identification and the certification of business size www.bpn.gov. The clauses are available in full text at http://www.arnet.gov/far. Quotations will be due fifteen (15) calendar days from the publication date of this synopsis or by August 11, 2008, 5pm, Eastern Standard Time. Responses will only be accepted if dated and signed by an authorized company representative. Interested vendors capable of furnishing the government with the item specified in this synopsis should submit their quotation to the below address. Inquires to this notice, referencing number NHLBI-PB-(AR)-2008-193-RCO, submitted in writing to the National Heart, Lung and Blood Institute, Office of Acquisition, Procurement Branch, 6701 Rockledge Drive, Suite 6128, Bethesda, Maryland 20892-7902. Attention: Ms. Rosie C. Owens, Contract Specialist. If submitted electronically: Rosie C. Owens, rowens@nhlbi.nih.gov or Ms. Kathleen Marsden, marsdenk@nhlbi.nih.gov. Faxed copies will not be accepted.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0be1eac3c6a64520892fbb356fba9e43&tab=core&_cview=1)
 
Place of Performance
Address: Bethesda, Maryland, 20892-0001, United States
Zip Code: 20892-0001
 
Record
SN01625052-W 20080730/080728223937-0be1eac3c6a64520892fbb356fba9e43 (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.