SOLICITATION NOTICE
67 -- PHOTOGRAPHIC EQUIPMENT
- Notice Date
- 5/30/2012
- 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
- NIAIDRFQ12048
- Archive Date
- 6/29/2012
- Point of Contact
- Jessica Edwards, Phone: (301)594-3419, Tamara Williams, Phone: 301-402-6545
- E-Mail Address
-
Jessica.edwards@nih.gov, williamstp@mail.nih.gov
(Jessica.edwards@nih.gov, williamstp@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial supplies 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; quotations are being requested and A WRITTEN SOLICITATION WILL NOT BE ISSUED. This requirement is being issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-58. The full text of the Federal Acquisition Regulation (FAR) and Health and Human Services Acquisition Regulation Supplement (HHSAR) can be accessed via the Internet at http://farsite.hill.af.mil/vffara.htm (FAR) and http://farsite.hill.af.mil/vfhhsara.htm (HHSAR). The NAICS Code is 334516 and the small business size standard is 500 employees. This acquisition is set aside for Small Business. The Government reserves the right to make one, multiple or no award resulting from this solicitation. NIH.NIAID AMOB intends to award a Firm Fixed Price order for the following: CLIN 0001- Kodak Xomat M35A Film Processor, P/N: TBR07, Qty 1 Each. CLIN 0002 - Refurbishment/Rebuild, Kodak Xomat M35A Film Processor, P/N: TBR07, Qty 1 Each. FOB Destination to 4 Memorial Drive Bldg 4, Bethesda Md, 20814. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to this solicitation; will be considered of best value to the Government and is on the approved sources list. [The following factors shall be used to evaluate offers, listed in descending order of importance: Price, delivery time and past performance.] All responsible sources may submit a proposal that shall be considered. Such offers must be supported by information to enable the government to evaluate an offeror's ability to provide this item without the government providing technical data. NO TECHNICAL DATA IS AVAILABLE. The following FAR/HHSAR Clauses/Provisions apply: 52.211-15 Defense Priority And Allocation Requirements; 52.212-1 Instructions to Offerors-Commercial Items; The provision at FAR 52.212-2 Evaluation-Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.247-34 F.O.B. Destination; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (Incorporating 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards, 52-209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28 Post-Award Small Business Program Representation, 52.222-3 Convict Labor; 52.222-19 Child Labor - Cooperation with Authorities and Remedies; 52.222-21 Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Contractor Policy to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration;). The contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial product, provided such warranty is available at no additional cost to the Government. Offerors responding to this announcement must provide the information contained in 52.212-3. Offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The offeror shall also provide its Commercial and Government Entity (Cage) code, Contractor Establishment code (DUNS number) and Tax Identification Number. CONTRACTORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTER TO BE CONSIDERED FOR AWARD. If a change occurs in this requirement; only those offerors that respond to this announcement within the required time frame will be provided any changes/amendments and considered for future discussions and/or award. Written or emailed (preferred) quotes and the above-required information must be received by the point of contact above by the Closing date.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NIAIDRFQ12048/listing.html)
- Place of Performance
- Address: National Institutes of Health/ NIAID, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN02761376-W 20120601/120530235841-1a1bc8126755ba498f3c7e2b52eeef36 (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 |