Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2012 FBO #3836
SOLICITATION NOTICE

66 -- Multi-format Micro-plate Washer

Notice Date
5/24/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
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-CSB-(TR)-2012-153-RSF
 
Archive Date
6/19/2012
 
Point of Contact
Rashida S. Ferebee, Phone: 3014352605
 
E-Mail Address
ferebeers@nhlbi.nih.gov
(ferebeers@nhlbi.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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 ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(TR)-2012-153-RSF. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-59, May 10, 2012. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 423490 with a small business size standard of 100 Employees. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted in accordance with FAR Part 12 and FAR Part 15. (v) PRODUCT DESCRIPTION: In order to be considered for award, an acceptable multi-plate micro-plate washer must meet the following requirements: 1. Must be able to use 4 different solutions in one wash protocol. 2. Must have 4 large reagent reservoirs (>20L) with integrated empty sensor. 3. Must have large waste reservoir (>20L) with integrated waste sensor. 4. Must be able to programmatically control the pressure wash solutions are delivered at with a range from 1-40 psi and higher if required. 5. Must be able to dry the plate. 6. Must be able to programmatically control the pressure of the air used to dry the plate with a range from 1-60 psi and higher if required. 7. Must be able to run an entire wash/dry cycle within 30 seconds or less. 8. Must be able to wash ANY plate format (96, 384, or 1536) without changing any component on the instrument. 9. CANNOT use probes that are required to descend into the wells of a micro titer plate. 10. Must include programmatic interface for automated use. (vi) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (vii) FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this requirement. The award will be made based upon the technical specifications of the required products/services and delivery period in this synopsis, and to the lowest price, technically acceptable quote meeting the Government's requirements. The offerors must respond to the technical evaluation criteria and provide a firm fixed price quote. The Government intends to evaluate offerors and 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 offeror's must include itemized price lists of charges, complete description of services, complete address for invoice payment and purchase order delivery, prompt payment discount terms, the Dun & Bradstreet Number (DUNS), the taxpayer Identification Number (TIN) and certification of business size of the company. Note: In order to receive an award from NHLBI, contractors must have a valid registration in the Central Contractor Registration (CCR) www.ccr.gov, and ORCA https://orca.bpn.gov/login.aspx. (viii) (x) The Offeror must submit a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. (ix) (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following clauses are added as and addendum to FAR clause 52.212-4 and are applicable to this requirement: FAR Clause 52.209-7 Information Regarding Responsibility Matters (Jan 2011); FAR Clause 52.216-2, Economic Price Adjustment--Standard Supplies (January 1997); FAR Clause 52.216-19, Order Limitations (October 1995); and FAR Clause 52.217-6, Option for Increased Quantity (March 1989). (x) (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following are the additional FAR clauses cited in the clause applicable to this acquisition: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)); Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)); 52.233-3, Protest after Award (AUG 1996) (31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78); 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644).; Alternate I (OCT 1995) of 52.219-6; 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); and 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). (xi) The Offer is due Monday, June 4, 2012, at 7:00 a.m., Eastern Standard Time at the National Institutes of Health, National Heart, Lung and Blood Institute, 6701 Rockledge Boulevard, Suite 6145, Bethesda, Maryland 20892-7902, Attention: Rashida Ferebee or at ferebeers@nhlbi.nih.gov. Responses will only be accepted if dated and signed by an authorized company representative. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. (xii) (xvi) For Additional information, contact Rashida Ferebee, Contracting Officer, electronically at ferebeers@nhlbi.nih.gov. (xiii) Place of Contract Performance: Bethesda, Maryland 20892 (xiv) Set-aside Status: Set Aside for Small Business
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(TR)-2012-153-RSF/listing.html)
 
Place of Performance
Address: NIH/NCATS, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN02758274-W 20120526/120525000756-e08ea44de8d4ce9781494b1e87934287 (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.