Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 21, 2009 FBO #2919
MODIFICATION

66 -- Laboratory Equipment

Notice Date
11/19/2009
 
Notice Type
Modification/Amendment
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
F1066519
 
Archive Date
12/12/2009
 
Point of Contact
William T. Lee, Phone: 3014435863, Doreen Williams,
 
E-Mail Address
william.lee@fda.hhs.gov, doreen.williams@fda.hhs.gov
(william.lee@fda.hhs.gov, doreen.williams@fda.hhs.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, simplified acquisition procedures and the resultant purchase order will include all applicable provisions and clauses in effect through the Federal Acquisition Circular 05-37. This solicitation is issued as a Request for Proposal (RFQ). This announcement constitutes the only solicitation and a written solicitation will not be issued. This synopsis, NAICS code 325413, is to notify contractors that the government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the following specifications, under the simplified acquisition procedures. This solicitation is posted 100% small business set-aside for all qualified small businesses and will be awarded as a Firm Fixed Price Purchase Order. Prospective offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor the FedBizOpps website for the release of any amendments to this solicitation. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The Center for Food Safety and Applied Nutrition (CFSAN) has requested the purchase of the following items: Brand Name or Equal (DSM Premitest B.V.) 001: 1 Kit, Premitest Salmonella Kit (38220000) - The Premi® Test Salmonella is a DNA-based rapid method for the confirmation and serotyping of presumptive Salmonella spp. Starting from purified, presumptive Salmonella isolates, the Premi® Test Salmonella confirms whether the isolate belongs to the Salmonella genus and based on genetic profiling allocates the Salmonella enterica serotype for the most commonly encountered serovars (i.e. at present 94 serovars taken up in the software database of the Premi® Test Salmonella). The 94 serovars are a subset of the over 2500 Salmonella serovars which are taken up in the Kaufmann-White scheme. The Kaufman-White scheme is a scoring scheme of antigenic formulae which is adopted by the World Health Organization and which requires at least three antibody-antigen reactions (as described in ISO 6579) to identify a particular Salmonella strain to an established serotype name. The PremiTest is currently undergoing AOAC RI and ISO validation. FDA can only use validated methods for the analysis of regulatory isolates. The following are the specifications for the PremiTest: 1. It is a molecular method (PCR) for the identification of specific Salmonella serotypes. 2. The test can be performed in less than 10 h. 3. It can currently correctly identify 94 different serotypes. Any other serotype, not within the database, is correctly identified as being Salmonella. 4. The database is expandable and will be expanded over time, so we will not be restricted to just 94 serotypes in the future. 002: 16-09999, ATR Reader, 80 (L)x 120 (W) x 155 (H) mm, (1)ea. 003: 1709703, Thermo Cycler, 23 (H) x 26.4(W) x 54.6 (D) cm, (1)ea. 004: 022670107 and 022670522, Thermo Shakers, 22 (W) x 25 (D) x 12.5 (H) cm,(2)ea. 005: C1301, Spectrafuges Mini, 12.7 (W) x 12.7 (D) x 11.2 (H)cm 006: 2 Days, Training, Salmonella serotyping training with premitest method, (4) trainees. FOB: Destination DELIVERY SCHEDULE: 30 days after award DELIVERY LOCATION: CFSAN 5100 Paint Branch Pkwy College Park, MD 20740 EVALUATION AND AWARD: The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation under a Firm Fixed Price Purchase Order. Evaluation for Award: The award will be made to the party whose quote offers the best value to the government, technical and price. The Government may award this purchase order to other than the lowest priced technically acceptable quote. The Government will evaluate information based on the following evaluation criteria: 1) Technical Capability factor “Meeting or Exceeding the Technical Requirements”; 2) Price of product. Meeting the Technical Requirements is significantly more important than price. The FDA intends to make an award immediately after the response of this notice. The award will be made in accordance with FAR Part 13, Simplified Acquisition Procedures. CCR: Vendors must be registered in the Central Contractor Register (CCR) prior to the award of a contract. You may register by going to www.ccr.gov. You will need your Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: All questions are to be submitted via email to: william.lee@fda.hhs.gov no later than November 19, 2009, 2009, 4:30 p.m. EST. No phone calls will be accepted. QUOTATIONS DUE: All quotations are due, via email to: william.lee@fda.hhs.gov, no later than November 27, 2009, 4:30 p.m. EST. PROVISIONS and CLAUSES: The provision at FAR 52.212-1, Instructions to Offerors Commercial Items applies to this solicitation. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions, Commercial Items applies to this acquisition. The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items applies to this acquisition. The following FAR clauses cited are applicable: FAR 52.217-8, FAR 52.222-26, FAR 52.222-35, FAR 52.222-36, and FAR 52.232-33. FAR 52.217-9.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/F1066519/listing.html)
 
Record
SN02007048-W 20091121/091119235017-104af7ec214cf91cb2be15bf876bbc95 (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.