SOLICITATION NOTICE
66 -- Tube Auditor
- Notice Date
- 8/4/2010
- 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-(HG)-2010-274-JML
- Archive Date
- 8/31/2010
- 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-(HG)-2010-274-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). This acquisition is being conducted as a small business set aside. The North American Industry 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), on behalf of the National Human Genome Research Institute (NHGRI), intends to award a fixed price purchase order for the equipment listed below: Tube Auditor - brand name or equal that must meet the below specifications: Key Features - -Process a rack of 96 tubes in less than 2 minutes. -Accuracy in the range from 5 to 10µl. -Automatic precipitate detection. -Non-contact - no need to de-cap tubes. -Automatic cap detection. -Ability to be configured to different tube types and liquids. -Suitable for manual or remote operation. The system must include a 2-D matrix barcode reader. This feature captures the 2-D barcodes on the base of the tubes being audited, allowing this information to be reported in the output data file, together with the corresponding tube liquid meniscus height, volume, and cap presence. The system must include a ‘remote interface' to allow the Tube Auditor to work with external loading devices. The Tube Auditor is a high-speed, non-contact instrument for measuring the volume of solution in SBS format microtubes. It uses a vision system to calculate the amount of solution remaining in any compatible microtube. Evaluation Criteria The Offeror shall demonstrate its ability to provide a system that can: -Utilize ‘vision' technology to calculate the amount of solution in a microtube. -Scan barcodes on each individual tube to allow unmonitored operation. -Calculate volumes in different tube types by examining the various well shapes manufacturers use. -Establish Inventory Control - as the frequency and quantity of orders of liquid samples increases; it is paramount to know the amount of the remaining sample before the time of order fulfillment. The amount of solution in every sample tube can be quickly quantified so that the volume can be recorded in a database. 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 Human Genome Research Institute (NHGRI), 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 16, 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-(HG)-2010-274-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-(HG)-2010-274-JML/listing.html)
- Place of Performance
- Address: National Institutes of Health/NHGRI, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02228927-W 20100806/100804235309-4a2b47c03b919cdf0109bc41ab23a809 (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 |