Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2012 FBO #3947
SOLICITATION NOTICE

66 -- TRI-CARB 2910 TR Domestic

Notice Date
9/12/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Nat'l Institute of Diabetes, Digestive, & Kidney Diseases, 2 Democracy Plaza, Suite 700W, 6707 Democracy Blvd., MSC 5455, Bethesda, Maryland, 20892-5455
 
ZIP Code
20892-5455
 
Solicitation Number
NIHLM2012000015
 
Archive Date
10/2/2012
 
Point of Contact
V. Lynn Griffin, Fax: 301-480-8501, MAXWELL KIMPSON,
 
E-Mail Address
griffinv@mail.nih.gov, Max.Kimpson@nih.gov
(griffinv@mail.nih.gov, Max.Kimpson@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation number is NIHLM2012000015 and is issued as a Request for Quotation (RFQ). The solicitation /contract will include all applicable provisions and clauses in effect through Federal Acquisition Circular 2005-58. The North American Industry Classification (NAICS) Code is 334516 with a size standard of 500 employees. This acquisition is being conducted using Simplified Acquisition Procedures in accordance with FAR Part 13. The National Institutes of Health (NIH), National Institute of Digestive, Diabetes & Kidney Diseases (NIDDK) has a requirement to procure Brand Name or Equal to PerkinElmer Health Sciences Tri-Carb 2910 TR Domestic with the following specifications: • Varisette sample deck (counts both large and small vials in dedicated cassettes) • Patented Programmable TR-LSC (Time-Resolved Liquid Scintillation Counting) • Luminescence detection • Single and dual label DPM with dynamic color correction • Spectrum Unfolding • Automatic single label Direct DPM with Ba-133 External Standard • Sample numeric value screening •SIS (Spectral index of Sample) • Cassette loading bidirectional conveyor • Linear 4000 Channel Spectralyzer MCA • Electrostatic controller • Ambient room temperature operation • Group PrioStat# priority interrupt • QuantaSmart software for the Windows 7 operating system with comprehensive on-line Help • 30 user protocols with unlimited password protected assays • Assay-specific drive and path selection for data and spectrum storage • Assay-specific, user-selectable, coincidence resolving time, count delay, and programmable background reduction • SpectraBase stores sample and quench standard spectra • Replay sample reprocessing • 3-D Spectral Mapping • Custom spreadsheet-type calculations • External computer controller and monitor, DVD/RW, built-in EtherNet support Ergonomic computer mounting arm mounts on either left or right side. • Independent formatting of printout RS-232, and disk storage • Printer ordered separately Mandatory Requirements: The research of this lab involves ligand binding assay, PI functional assay, GTPgammaS binding assay, Southern blotting, etc. which require measurement of radioactivity of [3H], [32P], and [35S]. In our experiments, we need to use 20 ml scintillation vial. We currently have an older model of liquid scintillation counter, which is discontinued and has been used in our lab over the past 15 years. We must continue to purchase replacement from this vendor in order to avoid the introduction of new variables in the experimental results and to avoid long delays resulting from retesting of equipment from other potential suppliers. This replacement equipment is also in about the same size as the old model that we have, and thus it will fit into the space available. The offeror must include a completed copy of the following provisions: 1) FAR Clause 52.212-1 Instructions to Offerors - Commercial items; 2) FAR Clause 52.212-2, Evaluation - Commercial Items. As stated in FAR Clause 52.212-2 (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be advantageous to the Government, price and other factors considered. The following factors will be used equally to evaluate offers: Technical Evaluation, Price, and Past Performance. The contract type is Firm Fixed Price. The select will be made on a Best Value basis with Technical Approach being the most important factor. Note: Past Performance Information: Vendors must submit a listing of the most recent contracts/awards (minimum of 3) which demonstrate similar work in nature to this Solicitation. Contracts/awards may include those entered with the Federal Government, state and local governments and commercial concerns. Include the following information for each contract or subcontract: 1. Name of Contracting Organization 2. Contract Number (for subcontracts provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 3) FAR Clause 52.212-3, Offeror Representations and Certifications - Commercial Items; 4) FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items; 5) FAR Clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items - Deviation for Simplified Acquisitions. The Dun and Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN) and the certification of business size shall be included. The clauses are available in full text at http://www.arnet.gov/far. PLEASE NOTE: In order to receive an award, contractor must be registered and have valid certification in the Central Contractor Registration (CCR) http://www.ccr.gov Interested vendors capable of providing the Government with the items specified in this synopsis should submit their quotation to the below address. Quotations will be due seven (7) calendar days from the publication date of this synopsis September 17, 2012 at 11:00 a.m. EST. Offersors shall provide an original and two copies of your quotation. The quotation must reference Solicitation number MIHLM2012000015. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Quotations must be submitted in writing to the National Institutes of Health, National Library of Medicine, 6707 Democracy Blvd., Suite 700W, Bethesda, Maryland 20892, Attention: V. Lynn Griffin. Confidentiality - No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s)."
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDDKD/NIHLM2012000015/listing.html)
 
Record
SN02879973-W 20120914/120913001507-f9200c6113336c2f7bf730964e80654c (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.