SOLICITATION NOTICE
66 -- Upgrade Kit for the FACS Canto II 4-2 to 4-2-2
- Notice Date
- 6/19/2014
- Notice Type
- Presolicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- 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-SSSA-PSOL-2014-228
- Archive Date
- 7/9/2014
- Point of Contact
- Rodney E. Brooks, Phone: 3014020751
- E-Mail Address
-
rodney.brooks@nih.gov
(rodney.brooks@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a pre-solicitation non-competitive (notice of intent) synopsis to award a contract without providing for full or open competition (including brand-name). THIS IS A NOTICE OF INTENT, NOT A REQUEST FOR PROPOSAL. A SOLICITATION WILL NOT BE ISSUED AND PROPOSALS WILL NOT BE REQUESTED. The solicitation number is HHS-NIH-NIDA-SSSA-PSOL-2014-228 and the solicitation is issued as a pre-solicitation notice of intent to award a non-competitive order to BD Biosciences, 2350 Qume Drive, San Jose, CA 95131 USA. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures, Subpart 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-73, dated April 29, 2014. A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is 500 employees. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items. The National Institutes of Health, National Institutes of Drug intends to procure on a sole source basis a upgrade kit for the FACS Canto II. Purpose and Objectives: The purpose of the requirement is to purchase a Upgrade Kit for the FACS Canto II 4-2 to 4-2-2. Contractor Requirements: The contractor shall install the laser and configure instrument to the new settings. The Laboratory of Genetics with the National Institute on Aging purchased in 2012 the BD FACS Canto II Cytometer 4/2 System equipped with 2 laser capability. 1. The same system but with equipped with 3 lasers has been used by our collaborators in SARDINIA project to analyze blood samples from participants of long term population study, we have been collecting data for joint study here in Baltimore and therefore,, to maintain data compatibility, we need to obtain the new data in Baltimore population study by using the same equipment and software. BD FACS Canto II Cytometer 4/2 System has been used for multiple projects ongoing in multiple groups in the Genetics lab. The instrument is needed for analysis of biological samples to identify the mechanisms of pluripotency, differentiation and ageing as part of our continued research on stem cells biology and in the ageing process. BD FACS Canto II Cytometer 4/2 System has been used for multiple projects ongoing in multiple groups in the Genetics lab including but not limited to: 1. Characterization of mechanisms of differentiation of embryonic stem cells toward specific tissues ( Developmental Genomics and Aging Section); 2. Analysis of blood samples from participants of long term population study (Human Genetics Section); 3. Characterization of mechanisms of DNA repairs (Genome Instability and Chromatin-Remodeling Section). Place of Performance: 10Center Drive, Bldg.10 Rm. 3C103,Bethesda, MD 20892. The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition. 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. The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (September 2013), applies to this acquisition. There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. 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 identify 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 costs, 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 basis or to conduct a competitive procurement. Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. All responses must be received by June 24, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA-SSSA-PSOL-2014-228. Responses may be submitted electronically to rodney.brooks@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), Attention: Andrea McGee. Fax responses will not be accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-PSOL-2014-228 /listing.html)
- Record
- SN03400920-W 20140621/140619235256-f843ed16b34f6445494a9be0bad4b0f5 (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 |