Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2015 FBO #4976
SOLICITATION NOTICE

66 -- Specimen Preparation Lab Equipment

Notice Date
7/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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-CSS-15-560
 
Archive Date
8/1/2015
 
Point of Contact
Jennifer Burns, Phone: 3014024592
 
E-Mail Address
jennifer.burns2@nih.gov
(jennifer.burns2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-560 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is not a set-aside and is issued for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated July 2, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is acquisition of one Vibratome Leica VT 1200, one Microtome Sm2010 RDSN, and one knife measuring 22cm long to support the National Institute of Mental Health (NIMH) Section on Behavioral Neuroscience in their preparation of specimen samples. Project Requirements The Contractor must be able to provide a brand name or equal agreement that includes the following: Vibratome Leica VT 1200 Config. Model #14912000001 (Quantity: 1) •Semi-automated vibrating blade microtome for sectioning fresh and fixed tissues •Capable of storing up to 8 individual sectioning parameters •Fully adaptable with a wide range of accessories as demands change •Designed ergonomically and with tight tolerances so as to minimize vertical deflection of cutting blade. •Cutting speed is 0.01-1.5 mm/second •Dimensions are as L x W x H 600 mm x 250 mm x 230 mm making it small enough for standard laboratory bench space and weighs 123 pounds Microtome SM2010 RDSN Config. 4, Model #1492010RDSN (Quantity: 1) •Ergonomically built sliding microtome designed to ensure smooth blade movement and accurate sectioning thickness •Quick release clamps for specimen stages •Can section at 0.5 to 60 microns •Dimensions are W x D x H 390 mm x 430 mm x 343 mm. Weight is 53 pounds Knife 22cm long profile c, Model #14021607116 (Quantity: 1) •Sectioning knife •16 cm long for paraffin and frozen sections Anticipated Period of Performance The Vibratome Leica VT1200, Microtome SM2010 RDSN, and the knife shall be delivered by August 1, 2015. Contract Type The Government expects to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR Clause 52.213-4: Terms and Conditions -- Simplified Acquisitions The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1.The Offeror must include all the brand name or equal project requirements detailed in this notice in its quotation. 2.If proposing equal equipment, the Offeror must provide specification information for the equipment so that the brand name or equal status may be verified. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price quote must include equipment descriptions and specifications per the requirements listed above as well as associated pricing. The quotation must also indicate the trade-in value of the equipment to be traded-in. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-560. Responses shall be submitted electronically to Jennifer Burns, Contract Specialist, at jennifer.burns2@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-560/listing.html)
 
Record
SN03787754-W 20150709/150707235906-6dd292b9f85619b0460999ae99cc8dbd (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.