Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 10, 2014 FBO #4520
MODIFICATION

66 -- OPMI LUMERA 700 SURGICAL MICROSCOPE

Notice Date
4/8/2014
 
Notice Type
Modification/Amendment
 
NAICS
339112 — Surgical and Medical Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Office of Administration, 6011 Executive Blvd, 5th Floor, Rockville, Maryland, 20852-3804, United States
 
ZIP Code
20852-3804
 
Solicitation Number
HHS-NIH-OLAO-OD-3286545
 
Archive Date
4/26/2014
 
Point of Contact
Van V. Holley, Phone: 301-594-9439
 
E-Mail Address
holleyv@od.nih.gov
(holleyv@od.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this amendment is to remove small business set-aside restriction. This is a combined/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number for this acquisition is HHS-NIH-OLAO-OD-3286545 and the solicitation is being issued as a Request for Quote (RFQ). This solicitation document and its incorporated provisions are those in effect through the Federal Acquisition Circular (FAC 2005-72 ). This acquisition will be processed as a fixed price requirement. The North American Industry Classification System (NAICS) Code for this acquisition is 339112 and business size standard is 500 employees. NIH is looking to procure the following items; brand name or equal items will be accepted: Opmi Lumera 700 Surgical Microscope for performing clinical trials. Please see the attached file for catalog numbers and other necessary information. FAR provisions and clauses that apply to this acquisition: FAR 52.212-1, Instructions to Offerors, Commercial Items; FAR 52.212-2 Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212‑4, Contract Terms and conditions‑Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items; FAR 52.204-7, Central Contractor Registration; and FAR 32.703-2, Availability of Funds, FAR 52.232-34, Payment by Electronic Funds Transfer-Other than Central Contractor Registration. Under FAR 52.212‑5, paragraph (b), the Contracting Officer has indicated that the and (HHSAR) (48 CFR Chapter 3) CLAUSES are incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government. (SEP 2006) - Alternate 1 (OCT 1995), 52.219-8 Utilization of Small Business Concerns. (MAY), 52.219-14 Limitations on Subcontracting, (DEC 1996), 52,222-3 Convict Labor. (JUN 2003), 52.222-21, Prohibition of Segregated Facilities (FEB 1999), 52.222-26, Equal Opportunity (APR 2002) (E.O 11246), 52.222-35 Equal Opportunity for special Disabled Veterans, Veterans of the Vietnam Erra, and Other Eligible Veterans. (SEP 2006), 52.225-13 Restrictions on Certain Foreign Purchases. (FEB 2006), 52.232-33 Payment by electronic Funds Transfer-Central Contractor Registration. (OCT 2003), FAR 52.217-9 Option to Extend the Term of the Contract: and (HHSAR) (48 CFR Chapter 3) Clauses are incorporated by reference. 352.224-70 Confidentiality of Information. (JAN 2006), 352.249-14 Excusable delays. (JAN 2006), 352.270-4 Pricing of adjustments (JAN 2001), 352.270-6 Publications and publicity. (JAN 2006), 352.270-10 Anti-lobbying. (JAN 2006), 352.270-11 Privacy Act. (JAN 2006). In order to be considered for an award, an offeror must have completed the online electronic Representations and Certifications located at https://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in SAM at https://www.sam.gov/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation [Note: Lack of registration in the System for Award Management will make an offeror ineligible for award.] All responsible sources may submit an offer that will be considered by the Agency. Offers must be submitted no later than 4:00 P.M. Eastern Daylight Time on Friday, April 11, 2014. For delivery of responses through the Postal Service, the address is NIH/OD, 6011 Executive Blvd, Suite 537, Rockville, Maryland 20852. E-mail submissions to holleyv@od.nih.gov by required response time. Fax submissions are not authorized. Point of Contact Ms. Van Holley, Contract Specialist, Phone 301-594-9439. Email holleyv@od.nih.gov Brenden Miller, Contracting Officer, Phone 301-594-0957. Email: Brendan.Miller2@nih.gov of Performance Place <h4 style="LINE-HEIGHT: 12pt; MARGIN: 0in 0in 0pt; mso-line-height-rule: exactly"> Address: National Institutes of Health, Bethesda MD Postal Code: 20892
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/OoA/HHS-NIH-OLAO-OD-3286545/listing.html)
 
Place of Performance
Address: NIH Main Campus, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03332474-W 20140410/140409021553-0cb43bc79e40a9fe67619217b6843922 (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.