Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 28, 2015 FBO #4995
SOLICITATION NOTICE

66 -- High-throughput purification analytical and prep C18 columns and NMR consumables/equipment

Notice Date
7/26/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA(SSSA)-2015-CSS-552
 
Archive Date
8/18/2015
 
Point of Contact
Samantha A. Kelly, Phone: 3014028855
 
E-Mail Address
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis/Solicitation Introduction: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA(SSSA)-2015-CSS-552 and the solicitation is issued as an request for quotation (RFQ). Competition Status: This requirement is posted as unrestricted, open market. North American Industry Classification System (NAICS) Code: The intended procurement classified under NAICS code 334516 with a Size Standard of 500 Employees. 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 and FAR Part 12-Acquisition of Commercial Items, and 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 2005-05-83, dated July 2, 2015. Description of Requirement: Purpose: The purpose of this acquisition is to purchase high-throughput purification analytical and prep C18 columns and NMR consumables/equipment. Project Requirements: The specific requirements are as follows: 1.NCATS requires the following high-throughput purification analytical and prep C18 columns: •A quantity of 10 - Eclipse XDB-C18, 3.0x75mm 3.5um columns •A quantity of 1 - Pursuit 3 PFP 100 x 3.0mm columns •A quantity of 1 - Pursuit 5u PFP 100 x 30.0mm •A quantity of 3 - Custom Agilent HPLC Column 2.NCATS requires the following compatible items for use with our NMRs: •A quantity of 30 - Sample Turbine, 5mm, ST for use with Salt Tolerant Cold Probes •A quantity of 2 - 2.5 mm ST2-tube Sample Holder for 5 mm Salt Tolerant cold probes. This sample turbine holds two 2.5 mm round tubes in the salt tolerant position •A quantity of 1 - E5084 Manostat kit, 400-700 MHz Anticipated Period of Performance: Within 8 weeks after receipt of the purchase order. Performance period dates will be defined at the time of award. Contract Type: The Government intends to issue a firm fixed price purchase order for this requirement. Applicable Clauses and Provisions: All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. (a)The Government will award multiple contracts resulting from this solicitation to the responsible offerors whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and past performance when combined is more important when compared to price. The Government intends to issue multiple awards on a firm fixed price Contract for these requirements. (b)Award Criteria Selection of Offerors for awards will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offerors must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offerors cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The prices quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. The FAR clause is located at http://www.acquisition.gov/far/. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. 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. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Response Format: Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement. The price quote shall include: unit price, list price, shipping and handling costs, the delivery period after contract award, delivery terms, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), the certification of business size, product or catalog numbers, product description and other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All questions must be received by July 29, 2015 at 8:00AM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-552. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at samantha.kelly2@nih.gov. All responses must be received by August 3, 2015 at 8:00AM EST and must reference number HHS-NIH-NIDA(SSSA)-2015-CSS-552. Responses may be submitted electronically to Samantha Kelly, Contract Specialist at samantha.kelly2@nih.gov. "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)-2015-CSS-552/listing.html)
 
Record
SN03810718-W 20150728/150726233221-383a5a563340faa80131a90db7653686 (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.