Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2010 FBO #3163
SOLICITATION NOTICE

66 -- Magnetic Resonance Analyzer for Mice

Notice Date
7/21/2010
 
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-(HL)-2010-235-JML
 
Archive Date
8/17/2010
 
Point of Contact
Jonathan M. Lear, Phone: 3014514470
 
E-Mail Address
learj@nhlbi.nih.gov
(learj@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE WRITTEN SOLICITATION WILL NOT BE ISSUED. 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. The solicitation number is NHLBI-PB-(HL)-2010-235-JML and is issued as a Request for Quotation (RFQ). The solicitation/contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-44 (July 8, 2010). The acquisition is being conducted as a small business set aside. The North American Classification System (NAICS) code applicable to this requirement is 334516 and the associated small business size standard is 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. This acquisition is being conducted on a Brand-Name or Equal Basis. The National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), intends to award a fixed price purchase order for the equipment listed below: Whole Body Magnetic Resonance Analyzer for Mice - brand name or equal that must meet the below specifications: General - -Dimensions: 24"W x 28"D x 58"H / 61cm x 71cm x 147cm -Weight: Approximately 550lbs / 250Kg -Instrument power: 1 outlet at 115/230 VAC, 50-60 Hz, 500 W, 8A/4.5A -Shielding: The external magnetic field induction is at a level of 5-gauss beyond the surface of the system in a 9-inch radius from the edge of the animal holder cavity. An equal field is present on the opposite side of the system. -Precision (Accumulation Factor): The standard multipliers for system precision possibilities are as follows: Normal Precision 1x; High Precision 2x; Extra High Precision 3x -Holders: 3 animal holders for mice up to 130 grams System - -Operating system: Windows XP Professional Edition -Input and Output data: Excel compatible ASCII text files -Communication ports: 2 USB / 1 RJ45 CAT-5 10/100Mb Network Card -Monitor: 17 inch LCD flat screen Functions - -Measuring time: 1-6 minutes, depending on the precision option -Calibration: Automatic, at least once every day before starting measurements -Records: Automatic save, database search -Output: Fat mass, lean tissue mass, free fluids, and total body water - in grams Evaluation Criteria The Offeror shall demonstrate its ability to provide a system that can: -Utilize Quantitative Magnetic Resonance (QMR) technology which allows body composition analyses to be conducted in short periods of time, at a high level of precision and accuracy, without the need for anesthesia or sedation of the test subjects. -Provide direct tissue measurements, as opposed to calculating tissue densities from X-ray (radiation) images in order to produce the necessary tissue characterizations. -Be capable of automatically distinguishing between free water and total body water measurements. The RFQ must meet all specifications stated in the RFQ Brand name or equal. Documentation to support any equipment that is equal to the Brand name must be submitted with their proposals. The Government's acceptance terms and FOB destination point is the National Institutes of Health (NIH), National Heart, Lung, and Blood Institute (NHLBI), Bethesda, Maryland. 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; 3) 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 4) FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items Deviation for Simplified Acquisitions. The offeror must include in their quotation, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. 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. The clauses are available in full text at http://www.arnet.gov/far. Quotes are due August 2, 2010 by 3:00pm Eastern Standard Time. The award will be made based upon the requirements specified in this combined synopsis/solicitation, and to the offeror providing the best value in meeting the Government's requirements. The offerors must provide documentation in support of the specified requirements. The Government intends to evaluate offerors and may award a contract without discussions with Offerors. Therefore, the initial offer should contain the offerors best terms from a technical and price standpoint. However, the Government reserves the right to conduct discussions if later it is determined by the Contracting Officer to be necessary. The Government may reject any or all offers, waive informalities and minor irregularities in offers received. The quote must reference the Solicitation Number NHLBI-PB-(HL)-2010-235-JML. All responsible sources may submit a proposal which if timely received shall be considered by the agency. Proposals must be submitted in writing to the National, Heart, Lung and Blood Institute, Office of Acquisitions, Procurement Branch, 6701 Rockledge Drive, Room 6151, Bethesda, MD 20892-7902, Attention: Jonathan Lear. Responses may be submitted electronically to learj@nhlbi.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-PB-(HL)-2010-235-JML/listing.html)
 
Place of Performance
Address: National Institutes of Health/NHLBI, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02212799-W 20100723/100721235104-f2f91774cae6bd0e5eb02548e0b52d2c (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.