Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2010 FBO #3186
SOLICITATION NOTICE

66 -- RECOVERY Instruments and Laboratory Equipment

Notice Date
8/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 10401 Fernwood Drive, Suite 2NE70, MSC 4811, Bethesda, Maryland, 20817
 
ZIP Code
20817
 
Solicitation Number
RFQNIAID10140
 
Archive Date
9/11/2010
 
Point of Contact
Shirlene M Smith, Phone: 301-402-6315, Linda C Taylor, Phone: 301-402-5762
 
E-Mail Address
ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov
(ssmith@niaid.nih.gov, ltaylor@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format of FAR Subpart 12.6, in conjunction with FAR Part 13.5 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. This procurement is being issued as a request for quotations. Submit offers on RFQNIAID10140. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC2005-43 dated August 2, 2010. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is not a Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 334516, and the small business size standard is 500. The National Institute of Allergy and Infectious Diseases (NIAID) intend to procure the following items: 1) (Qty 1) FlexMAP 3D system with the following features: a)Touchscreen graphical user interface for safe and easy application execution and decreased time learning and troubleshooting protocol utilization; b)Assay specific reporter gain levels provide ability to optimize assay sensitivity by using gain adjustment; c)Data archiving, which allows the flexibility to archive by batch, kit, and lot; d)Code Federal Regulation Part 11 (CFR) compliance providing electronic signature audit trail; e)Easily view sample placement on standard curve; f)Multiple regression graphs from several curve fit formulas; g)Ability to calibrate the instrument for use with MagPlex magnetic microspheres. 2) (Qty 1) Analyst Single Seat License (software) must include the following features: a)Software can be loaded on any desktop-available for a single computer or up to three computers; b)User-friendly plate setup features allowing for speed and efficiency; c)various presentation styles including bar graphs and 3-D; d)Several optional report formats; report information can be easily exported as Excel or PDF for data presentation; e)Automatic calculation of minimum/maximumDC; f)Qualitative data analysis available as well as reference/normalization capabilities. In addition to the above, the contractor shall include in the quotation; 1)Training, 2)Support and 3)Assay development assistance. Award will be based on: 1) Technical capabilities to meet the required specifications, 2) Price and 3) Delivery. Delivery will be made to Bethesda, MD, 20892 within 30 days from receipt of award (ROA). The FOB point shall be Destination. This will be a firm-fixed price contract. The following Federal Acquisition Regulations provisions and clauses apply to the acquisition: FAR 52.203-15 Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009; FAR 52.204-11 American Recovery and Reinvestment Act-Reporting Requirements; FAR 52.212-1 Instructions to Offerors Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; Far 52.212-3 Offeror Representation and Certifications Commercial Items; Far 52.212-4 Contract Terms and Conditions Commercial Items; Far 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items; and FAR 52.406-7 Central Contractor Registration (2003). A completed copy of provisions at FAR 52.212-3 Offerors Representation and Certifications Commercial Items must be included with submission and can be found at Online Representations and Certifications Application (ORCA) https://orca.bpn.gov. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the CCR database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. The CCR website is http://www/ccr.gov. Copies of the aforementioned clauses are available upon request by telephone to Shirlene Smith at (301) 402-5770. All responsible sources may submit offers that will be considered by this agency. Offers must be submitted no later than 5:00 p.m. Eastern Time (ET), August 27, 2010. Offers must be mailed through the U.S. Postal Service, the address is NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE22C, Bethesda, MD, 20892-4811. E-mail and fax submissions are not authorized. Requests for information concerning this requirement are to be addressed to Shirlene Smith at 301-402-5770. Collect calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQNIAID10140/listing.html)
 
Place of Performance
Address: Address: National Institutes of Health NIAID Bethesda MD, Postal Code: 20892, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02241055-W 20100815/100814000657-2e27a9212f5bbc700b1c8e0d91133de2 (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.