Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2013 FBO #4114
SOLICITATION NOTICE

66 -- Acquisition of a vibration isolation floor platform

Notice Date
2/26/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
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-(EB)-2013-75-JES
 
Archive Date
3/23/2013
 
Point of Contact
Jennifer Swift, Phone: 3014350358
 
E-Mail Address
swiftje@mail.nih.gov
(swiftje@mail.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS / SOLICITATION (1) Action Code: Combined Synopsis/Solicitation (2) Date: February 26, 2013 (3) Year: 2013 (4) Contracting Office Zip Code: 20892-7902 (5) Classification Code: 66 Instruments and Laboratory Equipment (6) Contracting Office Address: 6701 Rockledge Drive, Room 6128, Bethesda, MD 20817 (7) Subject/Title: Acquisition of a vibration isolation floor platform (8) Proposed Solicitation Number: NHLBI-CSB-(EB)-2013-75-JES (9) Closing Response Date: 4 pm, March 8, 2013 (10) Contact Point(s): Jennifer Swift (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Floor-Vibration Isolation System for Scanning Electron Microscope (17) Place of Delivery: National Institutes of Health, 13 South Drive, Room 3E74, Bethesda, MD 20892 (18) Set-aside Status: Small Business (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-(EB)-2013-75-JES. The solicitation is being issued as a Request for Proposals (RFP). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-65. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 334519 with a small business size standard of 500 employees. THIS REQUIREMENT IS 100% SET ASIDE FOR SMALL BUSINESS. This acquisition is being conducted in accordance with FAR Part 12 Acquisition of Commercial Items and FAR Part 13 Simplified Acquisition Procedures. (v) Contract Line Item Number : TBD (vi) SPECIFICATIONS 1. Active, non-pneumatic isolation of floor-vibration in six degrees of freedom 2. Low-frequency vibration attenuation starting at frequencies below 1Hz At least 5 dB of vibration attenuation at 1.3 Hz At least 10 dB of vibration attenuation at 2 Hz At least 20 dB of vibration attenuation above 3 Hz for all floor-generated vibration 3. Load capacity up to 2,500 lbs 4. Removable casters to reduce lifting required during unpacking and setup 5. Mechanical lifting system to raise a previously installed SEM to enable placement of anti-vibration platform under SEM 6. On-site optimization and certification of anti-vibration system performance 7. FOB origin. Freight prepaid and added. 8. If there are additional contractual or warranty terms and conditions that the vendor will require, please provide those with the proposal submission. Terms and conditions provided after award will not be considered. (vii) Delivery Date: Within 8 weeks upon receipt of award to National Institutes of Health, 13 South Drive, Room 3E74, Bethesda, MD 20892 (viii) 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 (ix) FAR Clause 52.212-2, Evaluation - Commercial Items, is applicable to this requirement. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate proposals based on the following evaluation criteria: A) Technical Capability and B) Price. CRITERION 1: Active, non-pneumatic isolation of floor-vibration in six degrees of freedom CRITERION 2: Low-frequency vibration isolation starting at frequencies below 1Hz CRITERION 3: At least 5 dB of vibration attenuation at 1.3 Hz At least 10 dB of vibration attenuation at 2 Hz At least 20 dB of vibration attenuation above 3 Hz for all floor-generated vibration CRITERION 4: Load capacity up to 2,500 lbs CRITERION 5: Removable casters to reduce lifting needed during unpacking and setup CRITERION 6: Mechanical lifting system to raise a previously installed SEM to enable placement of anti-vibration platform under SEM CRITERION 7: On-site optimization and certification of anti-vibration system performance CRITERION 8: FOB origin. Freight prepaid and added. (x) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (xi) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xii) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 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). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-3, Buy American Act--Free Trade Agreements--Israeli Trade Act (May 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, and 112-42). Alternate II (Mar 2012) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). (xiii) There are no additional contract requirement(s) or terms and conditions. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating do not apply to this acquisition. (xv) All offerors shall electronically submit, a quotation addressing the following items to Contract Specialist Jennifer Swift at Jennifer.Swift@nih.gov by 4pm Eastern Daylight Time (EDT) March 8, 2013: 1) Offerors must complete annual representations and certifications on-line at http://www.sam.gov. If paragraph (j) of the provision applies, a written submission is required. (refer to item (x) above). Offerors shall submit their quotations no later than 4pm EDT on March 8, 2013. The quotation must reference the RFP No. NHLBI-CSB-(EB)-2013-75-JES. All responsible offerors may submit a quotation, which if timely received, shall be considered by the agency. Quotations can be emailed to the Contracting Specialist, Jennifer Swift at Jennifer.Swift@nih.gov. Faxed proposals will NOT be accepted. (xvi) For information concerning this solicitation, please contact Jennifer Swift at (301) 435-0358 or email: Jennifer.Swift@nih.gov. (xvii) Offerors' quotations shall not be deemed received by the Government until the proposal is entered into the e-mail address inbox set forth above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(EB)-2013-75-JES/listing.html)
 
Place of Performance
Address: Institutes of Health, 13 South Drive, Room 3E74, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02996059-W 20130228/130226234306-1ec2e3aa476f5d5f97b3a3f065f753d7 (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.