SOLICITATION NOTICE
66 -- Software Upgrade
- Notice Date
- 6/7/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325413
— In-Vitro Diagnostic Substance 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
- 12-223-SOL-00083
- Archive Date
- 6/28/2012
- Point of Contact
- Regina R. Williams, Phone: (870) 543-7012
- E-Mail Address
-
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) format in 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 will not be issued. The solicitation number is 12-223-SOL-00083. This solicitation is issued as a Request for Quote (RFQ). This procurement is 100% set aside for small business. The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular 2005-58, dated May 18, 2012. The associated North American Industry Classification System (NAICS) Code is 325413 - In-Vitro Diagnostic Substance Manufacturing, Small Business Size Standard is $19 million. The National Center for Toxicological Research (NCTR) /Division of Microbiology is soliciting for Software Upgrade to an Automated Microbe Identification System, Model No. 71000, Serial No. 160, Manufacturer: Biolog, Inc., currently in use at the NCTR. The system provides analytical data that is critical to the surveillance of pathogenic microorganisms that are detrimental to the NCTR animal husbandry areas. The system uses a database library to compare and analyze samples that requires periodic upgrades in order to analyze samples and maintain the continuity in the surveillance.. Software upgrade requirements: 1. Pipette 12-channel 5-250 ul Electronic 100-240 Ovation, Qty 1 ea. 2. Upgrade to Omnilog (OL) Phenotype Microarray Mammalian (PMM) Operating Software, Qty 1 ea. 3. Upgrade Add Phenotype MicroArray (PM) to OL Data Collection (DC) Software (SW) Retrospect 2.3, Qty 1 ea. Contract Type: Commercial Item-Firm Fixed Price. FOB Point Destination. Delivery for Services and Supplies will be the National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079. Period of Performance: Thirty (30) days after time of award. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been attached to the clause. The following additional provisions and/or clauses apply and incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at https://www.acquisition.gov/far/ 52.204-4 Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7 Central Contractor Registration. (FEB 2012) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions JAN 2006 352.203-70 Anti-Lobbying JAN 2006 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 352.223-70 Safety and Health JAN 2006 352.231-71 Pricing of Adjustments JAN 2001 352.242-71 Tobacco-Free Facilities JAN 2006 The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the Contracting Officer's Representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. The COR name will be provided at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the Statement of Work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the contract; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. Invoice Submission The contractor shall submit one (1) original copy of the invoice to the address specified below: Food and Drug Administration Jefferson Laboratories Complex Attn: Regina Williams 3900 NCTR Road Building 50, Room 419 Jefferson, AR 72079 or via email: Regina.williams@fda.hhs.gov One copy to the Contracting Officer Representative (COR) or other program center/office designee, clearly marked "courtesy copy only: (To be provided at time of award) Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042; nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.219-6, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt 1, 52.225-13, and 52.232-33. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (FEB 2012) applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Price. Technical factors are significantly more important than price Technical capability will be determined by review of information submitted by the offeror which must provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meet the software upgrade requirement identified above. Offerors shall specifically address each requirements stated above to demonstrate that the proposal meets the technical requirements. Offerors can provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. The price proposal shall represent the offeror's response to the requirements of the solicitation. Prices must be inclusive of all service charges, fees, etc., but should not include taxes. A written notice of award or acceptance of an offer mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 12-223-SOL-00083. The offers are due in person, by postal mail or email to the point of contact listed below on or before June 13, 2012 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Regina Williams at (870) 543-7012, fax (870) 543-7990 or email regina.williams@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/12-223-SOL-00083/listing.html)
- Place of Performance
- Address: National Center for Toxicological Research, 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
- Zip Code: 72079
- Zip Code: 72079
- Record
- SN02769217-W 20120609/120607235613-a286af08818f75e7ecefac7e050237d4 (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 |