Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2014 FBO #4537
SOURCES SOUGHT

66 -- Flash Chromatography Systems

Notice Date
4/25/2014
 
Notice Type
Sources Sought
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-SS-14-193
 
Archive Date
5/16/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, MD 20892, UNITED STATES. Introduction: This is a Small Business Sources Sought notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources, (2) whether they are small businesses; HUBZone small businesses, service-disabled, veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Purpose and Objectives for the Procurement: The purpose of this potential requirement is acquisition of a brand name or equal equipment trade-in purchase agreement to the support National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) Chemistry Section. Project Requirements: Specifically, the NCATS DPI Chemistry Section requires a trade-in purchase agreement that includes the following: 1. Trade in of one (1) Biotage Isolera1 (s/n: IS11017107 - NIH ID# 01812779) for one (1) Teledyne Isco CombiFlash Rf+ Lumen UV-VIS/ELSD or equal. 2. Trade in of one (1) Biotage SP1 (s/n: SP1-0704-001 - NIH ID# 01676881) for one (1) Teledyne Isco CombiFlash Rf+ UV-VIS or equal. 3. Trade in of one (1) Biotage SP1 (s/n: SP1-0723-001 - NIH ID# 01716527) for one (1) Teledyne Isco CombiFlash Rf+ UV-VIS or equal. 4. Trade in of one (1) Biotage SP4 (s/n: SP4-0811-003 - NIH ID# 01741538) for one (1) Teledyne Isco CombiFlash Rf+ UV-VIS or equal. 5. Trade in of one (1) Biotage SP4 (s/n: SP4-0821-002 - NIH ID# 01741695) for one (1) Teledyne Isco CombiFlash Rf+ UV-VIS or equal. 6. The trade-in purchase agreement must include installation of the new equipment at the NCATS facilities detailed in this SON. 7. The trade-in purchase agreement must include removal of the equipment being traded in from the NCATS facilities detailed in this SON. 8. Each new equipment unit purchased in the trade-in purchase agreement must have a one year warranty. 9. The trade-in purchase agreement must also include the following Teledyne Isco brand name items or their equal: a. 685230022 - Rf + UV-VIS b. 625230022 - Rf 200 + UV-VIS c. 605237033 - Test Tube Rack 18 X 150mm (Set of 2) (Quantity:1) d. 605235053 - 38mm Waste Cap (Quantity: 1) e. 605235050 - Inlet Cap (Quantity: 4) f. 605237048 - 25gm SLCC (Quantity: 1) g. 605237051 - TestKit (Quantity: 1) h. 685230024 - Rf + Lumen UV-VIS/ELSD i. 625230024 - Rf + Lumen UV-VIS/ELSD j. 605237033 - Test Tube Rack 18 X 150mm (Set of 2) (Quantity: 1) k. 605235053 - 38mm Waste Cap (Quantity: 1) l. 605235050 - Inlet Cap (Quantity: 4) m. 605237048 - 25gm SLCC (Quantity: 1) n. 605237051 - TestKit (Quantity: 1) Anticipated Period of Performance: It is anticipated that the period of performance for both removal of the trade in equipment and delivery of the new equipment shall be 90 days. Capability Statement: Contractors that believe they possess the ability to provide the required equipment must submit specific documentation of their ability to meet each of the project requirements to the Contract Specialist. Contractors must provide their Company Name, DUNS number, Physical Address, and Point of Contact Information. Interested organizations are required to identify their type of business, applicable North American Industry Classification System Code, and size standards in accordance with the Small Business Administration. The government requests that no proprietary or confidential business data be submitted in a response to this notice. However, responses that indicate the information therein is proprietary will be properly safeguarded for Government use only. Capability statements must include the name and telephone number of a point of contact having authority and knowledge to discuss responses with Government representatives. Capability statements in response to this market survey that do not provide sufficient information for evaluation will be considered non-responsive. When submitting this information, please reference the solicitation notice number. All capability statements sent in response to this Sources Sought Notice must be submitted electronically (via email) to Lauren Phelps, Contract Specialist, at Lauren.Phelps@nih.gov in MS Word format by or before the closing date of this announcement. All responses must be received by the specified due date and time in order to be considered. Note: This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After review of the responses received, pre-solicitation and solicitation notices may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. The solicitation release date is pending. The Government intends to negotiate a fixed-price purchase order.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-SS-14-193/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03349074-W 20140427/140425234422-1c375ab433f4153aaebfcd48fe632061 (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.