Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 20, 2011 FBO #3525
SOLICITATION NOTICE

65 -- Gene Panel Kit

Notice Date
7/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
11-223-SOL-00164
 
Archive Date
8/9/2011
 
Point of Contact
Julia A Savage, Phone: 301-827-7227
 
E-Mail Address
julia.savage@fda.hhs.gov
(julia.savage@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Contracting Office Address Department of Health and Human Services, Office of Acquisition Grants Services, 5630 Fishers Lane, Rockville MD, 20877 Description The Food and Drug Administration is soliciting for RT2 Profiler PCR array, Human Inflammatory Resp & Autoimmune 384-Well gene panel Kits, A total of 4 kits, 24 plates per package. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals/bids are being requested and a written solicitation will not be issued. This action is full and open competition. (ii) The solicitation number is, 11-223-SOL-00164. This solicitation is issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, July 5, 2011. (iv) This is a firm fixed price requirement. All responsible sources may submit a quote which shall be considered. The associated North American Industry Classification System (NAICS) Code is 334516. Deliverables: - Inflammatory Response and Autoimmunity PCR Array 384-well gene panel Kit. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to finish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. FOB Point Destination, with services on-site. Contract type: Commercial Item-Firm Fixed Price. Simplified procurement procedures will be utilized. (vi) The period of performance: Delivery is required 45 days after receipt of order (ARO). FOB Point of Delivery for Services and Supplies provided will be the Food and Drug Administration, White Oak Campus, 10903 New Hampshire Ave, Bldg 64, Silver Spring Md, 20993 (vii) The provision at FAR 52.212-1 Instructions to Offerors- Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. (viii) The government is not responsible for locating or securing any information, which is not identified in the submission. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets their requirements. (ix) Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with its offer. (x) The clause at 52.212-4, Contract Terms and Conditions- Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. (xi) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-37, 52.225-1, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. (xii) A standard commercial warranty on parts and workmanship is required. (xiii) The Defense Priorities and Allocations System and assigned rating are not applicable to this solicitation notice. (xiv) Applicable Numbered Note(s) None. (xv) Offers are due in person, by mail, e-mail or fax on or before July 26, 2011 by 15:00 hours (Eastern Standard Time), at Food and Drug Administration OC/OSS/OFFAS, Attn: Julia Savage, 5630 Fishers Lane, Rockville MD, 20877. ph (301)827-7227, fax (301)827-7101 email: Julia.Savage@fda.hhs.gov. (xvi) For information regarding this solicitation, please contact Julia Savage @ (301)827-7227, fax, (301)827-7101, email Julia.savage@fda.hhs.gov. Point of Contact Julia Savage, Admin Spec, Phone (301)827-7227, fax (301)827-7101, Email julia.savage@fda.hhs.gov - Lisa O'Neill, (301) 827-7184, fax (301)827-7101, e-mail: lisa.oneill@fda.hhs.gov. Place of Performance Food & Drug Administration White Oak Campus 10903 New Hampshire Ave Bldg 64 Silver Spring, Md 20993
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00164/listing.html)
 
Place of Performance
Address: FDA, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02501996-W 20110720/110719000228-abc6abde9c198708dcd11b6525392139 (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.