Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 25, 2013 FBO #4414
SOLICITATION NOTICE

65 -- DNA TYPING KITS FOR LABORATORY MEDICINE

Notice Date
12/23/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
14-003225
 
Archive Date
1/14/2014
 
Point of Contact
Malinda Dehner, Phone: 301-594-6320, Barbara Taylor, Phone: 301-594-5915
 
E-Mail Address
dehnerm@cc.nih.gov, Barbara_Taylor@nih.gov
(dehnerm@cc.nih.gov, Barbara_Taylor@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 Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a one year purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 14-003225. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 334513 and the Small Business Size standard is 500 employees. This combined/synopsis solicitation is not a set aside for small business. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. DESCRIPTION OF REQUIREMENT: The Department of Laboratory Medicine serves as the clinical laboratory of the National Institutes of Health (NIH), Clinical Center. It provides laboratory support for patient care and research protocols and performs research and training in disciplines of Clinical Pathology. In doing so it provides state-of-the-art laboratory testing in support of Clinical Center patient care and serves as a center of excellence in research and training in laboratory medicine, particularly in areas which utilize the unique strengths of the NIH. The Department of Laboratory Medicine's Hematology Service provides engraftment monitoring for allogeneic transplants in the clinical laboratory. This test uses the amplification of Short Tandem Repeats (STR) as the method of choice. The PowerPlex® 16 HS System is a multiplex STR system for use in Deoxyribonucleic Acid (DNA) typing. This system co-amplifies the loci D18S51, D21S11, TH01, D3S1358, Penta E (labeled with fluorescein); FGA, TPOX, D8S1179, vWA and Amelogenin (labeled with TMR); CSF1PO, D16S539, D7S820, D13S317, D5S818 and Penta D (labeled with JOE). This multiplex includes all 13 CODIS STR markers, Amelogenin for gender determination and two low-stutter, highly discriminating pentanucleotide STR markers. All sixteen loci are amplified simultaneously in a single tube and analyzed in a single injection. The PowerPlex® 16 HS System is compatible with ABI PRISM® 310, 3100 and 3100-Avant Genetic Analyzers and Applied Biosystems 3130, 3130xl, 3500 and 3500xL Genetic Analyzers. REQUIREMENT Item# 0001 Description: PowerPlex® 16 HS System, 400rxn Unit of Issue: Each Quantity: 18 Total Price __________. DELIVERY ADDRESS: The National Institutes of Health, Building 10, 9000 Rockville Pike, Bethesda, MD 20892. The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. PROVISIONS/CLAUSES: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions/clauses may be obtained via www.arnet.gov ). CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013) The following FAR 52.212-4 addenda apply: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.216-7, Option for Increased Quantity (Mar 1989) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Sept 2013) The following FAR 52.212-5(b) clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Encouraging Contractor Policies 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; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases. PROVISIONS The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) OFFER PREPARATION INSTRUCTIONS: ADDENDUM 1).The offeror shall submit a quote on letterhead stationary providing the following: i. Line Item Number ii. Product Code/Description iii. Price Per Item iv. Discount Per Item v. Total Price with Assigned Quantity, Addendum Paragraph (K) System for Award Management: In accordance with the Debt Collection Improvement Act of 1996, in order to be considered for an award of a Federal contract, the contractor must be registered in the System for Award Management (SAM), a free web site that encompasses the capabilities of the - Central Contractor Registry (CCR); Federal Agency Registration (Fedreg); Online Representations and Certifications Application (ORCA); Excluded Parties List System (EPLS); and the Catalog of Federal Domestic Assistance. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. To access the SAM website to: https://www.sam.gov/portal/public/SAM. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013) - with Addenda: Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Data Universal Numbering System (DUNS) Number (July 2013). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provisions. 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. All quotations shall be received no later than 12:00pm, Eastern on December 30, 2013. Email submissions of quotations shall be submiited to dehnerm@cc.nih.gov, contract specialist. Please submit all questions by 12/27/2013, 3:00pm eastern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/14-003225/listing.html)
 
Place of Performance
Address: 9000 Rockville Pike, 9000, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03257449-W 20131225/131223234937-e6fa8ea95d7263f34517cc81c1ac4f52 (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.