SOLICITATION NOTICE
66 -- Award to be made by SAIC-F under prime contract with the NCI-F. There will be no privity of contract between the seller and the Government (See description for further detail). Request for Quotation for Pippin Prep DNA Size Selection System
- Notice Date
- 8/5/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, Science Applications International Corporation, Building 1050, Boyles Street, Frederick, Maryland, 21702
- ZIP Code
- 21702
- Solicitation Number
- A60470
- Archive Date
- 8/27/2011
- Point of Contact
- Shelly Hollinger, Fax: (301) 846-5311
- E-Mail Address
-
hollingersk@mail.nih.gov
(hollingersk@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This procurement is being solicited for award by SAIC-F under its contract #HHSN261200800001E for Operations and Technical support at the National Cancer Institute-Frederick, a federally funded research and development center. SAIC-F is the prime contractor charged with operations and technical support of the government owned contractor operated (GOCO) facility. Please provide a price quote for the following items: 1) 1 each PIP0001, Pippin Prep DNA Size Selection System Includes keyboard, mouse and monitor 2) 1 each CEF2010, 2% agarose gel cassette for DNA size selection, without ethidium bromide dye Extracts targets between 100-600 bp, 10/pkg Specifications: 1) Must ensure speedy processing of size-fractionation while maintaining quality of DNA. 2) The catalog numbers listed are Sage Science, Inc. 3) Offerors are requested to quote on the items as specified or an equivalent. For an equivalent, complete specifications and/or descriptive literature will be provided with the response. Offerors are requested to indicate any differences from the specifications listed. Failure to provide complete information may cause offer to be non-responsive. 4) Offerors offering alternate items may be required to provide a demonstration of their items prior to acceptance. 5) All computer systems must be Energy Star compliant under Executive Order 12845. 5) Warranty shall commence upon date of installation, integration, validation, and/or final acceptance. Warranty period shall be _________ months, including parts, labor and travel 6) SAIC-Frederick, Inc is eligible for Federal Supply Schedule pricing. If the items offered are on FSS, the contract numbr must be cited and a copy of the GSA or VA schedule must accompany the offer. 7) All offers must be F.O.B. destination, and freight may be paid or prepaid and add. F.O.B. (free on board) is defined as the buyer does not take ownership of the goods until delivered at the SAIC-Frederick, Inc. dock. 8) Any shipping charges must be identified and listed on response for evaluation. 9) Partial offers will not be accepted. 10) Offeror agrees to make delivery of the quoted items in ________ days after receipt of order. 11) Offeror must self-certify in the Central Contractor Registration, http://www.bpn.gov/ccr/default.aspx to be eligible for an award
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NCIFCRF/A60470/listing.html)
- Place of Performance
- Address: NCI-Frederick, SAIC-Frederick, Inc, PO Box B, Bldg 1050, Frederick, Maryland, 21702, United States
- Zip Code: 21702
- Zip Code: 21702
- Record
- SN02524397-W 20110807/110805235640-55a2e146fd9fdbf66352d2f4f808add9 (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 |