SOLICITATION NOTICE
V -- Rigging and Relocation Services - Package #1
- Notice Date
- 7/8/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-NIA-AM3008868
- Archive Date
- 8/1/2013
- Point of Contact
- Andrea McGee, Phone: 3014358781
- E-Mail Address
-
andrea.mcgee@nih.gov
(andrea.mcgee@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Statement of Work This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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 reference combined synopsis/solicitation number is: HHS-NIH-NIDA-NIA-AM3008868 and the solicitation issued as a pre-solicitation notice of intent to award a non-competitive order to Bruker Biospin Corporation, 15 Fortune Drive, Billerica, Massachusetts 01821-3923.This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--- Simplified Acquisition Procedures 13.106-1(b) (1), Soliciting from a single source and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13---Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6 - Competition Requirements. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-68, June 26, 2013. There are set-aside restrictions and the associated NAICS code and small business size standard is 541330-Engineering, 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13---Simplified Acquisition Procedures, Subpart Part 13.5-Test Program for Certain Commercial Items, and FAR Part 12---Acquisition of Commercial Items. Rigging and relocation services for the Laboratory of Clinical Investigation (LCI) o fthe National Institutes of Aging (NIA) of the National Institutes of Health (NIH) to relocate 1 each, Bruker Avance III/400 Spectrometer; 1 each, Bruker 7T/30cm USR Biospec Spectrometer; 1 each, Avance III/400 Thermon Neslab Merlin M33 Chiller TMC Stacis 2100 Vibration Damping Platform and 1 each, 7T/30 Console Desk, Cryomech Helium Compressor and Thermo Neslab Merlin M75 Chiller. Statement of Work - See Attachment 1 Delivery of Services will take place on Saturday, August 3, 2013 for the 7T and Thursday August 22, 2013 the delivery of the 9.4T. Place of performance will be at the Gerontology Research Center 5600 Nathan Shock Blvd. Baltimore, MD 21224 to the Biomedical Research Center, 251 Bayview Blvd. Baltimore, MD 21224. FAR provisions and clauses that apply to this acquisition are: FAR clause 52.212-1, Instructions to Offerors - Commercial Items. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. FAR clause 52.212-2, Evaluation - Commercial Items. FAR clause 52.212-3 Offeror Representations and Ceritifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS is not applicable to this requirement. This synopsis is not a request for competitive proposals. However, interested parties may identifiy their interest and capability to respond to this notice. Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling cost, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive procurement. All responses must be received by July 17, 2013 3:00pm Eastern Standard Time (EST) and must reference number HHS-NIH-NIDA-NIA-AM3008868. Responses may be submitted electronically to Andrea McGee andrea.mcgee@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA) 9000 Rockville Pike, Bldg. 31 Rm. 1B59, Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency." For information regarding the solicitation you may contact Andrea McGee, 301-435-8781.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-NIA-AM3008868/listing.html)
- Place of Performance
- Address: 5600 Nathan Shock Blvd, Baltimore, Maryland, 21224, United States
- Zip Code: 21224
- Zip Code: 21224
- Record
- SN03109933-W 20130710/130708234632-0fa602746cea95ad102fe914a3a0dbd0 (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 |