Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 11, 2018 FBO #5952
SOLICITATION NOTICE

66 -- ThermoFisher Scientific Mutildrop Combi Dispenser Cassettes

Notice Date
3/9/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-CSS-2018-098
 
Archive Date
3/30/2018
 
Point of Contact
Jessica Adams, Phone: 3044438761, Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: ThermoFisher Scientific Mutildrop Combi Dispenser Cassettes (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-CSS-2018-098 and the solicitation is issued as a Request for Quotation (RFQ). 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; FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-96, dated 11/6/2017. (iv) The associated NAICS code is 423490 and the small business size standard is150 employees. This requirement is competed using full and open procedures with no set-aside restrictions. (v) The purpose of this procurement is to acquire ThermoFisher Scientific Multidrop Combi dispenser cassettes to be used in numerous assays conducted at NIH NCATS. This request is for seventy-five (75) ThermoFisher Scientific Multidrop Combi dispenser cassettes. (vi) Generic Name of Product Brand-Name Only Requirement: Multidrop Combi small tube metal tip dispensing cassette 5-pack ThermoFisher Part # 24073296 Physical, Functional, and Performance Specifications 1) Multidrop Combi small tube metal tip dispensing cassette 5-pack. 2) Government's Essential features: • Small tube metal tip dispensing cassette; For volumes 0.5-50μL • Autoclavable 10 times at 121°C, 1 bar, 20 min • Compatibility Multidrop Combi, Multidrop Micro Diameter Tubing: 0.4mm; Tip 0.22mm • Dispensing Range 0.5 to 50μL • Small tube metal tip material: Stainless steel, ruby • Tubing: Silicone Volume (Metric) Dead <1mL (vii) The delivery date will be within 14 days after receipt of award (ARO) and the delivery location will be: CR Bonney / Sam Michael NCATS 9800 Medical Center Dr. Bldg B Rockville, MD 20850 (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) 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 following factors shall be used to evaluate offers: 1. Technical Capability. The Government will evaluate: • The essential features listed in this solicitation must be provided in entirety. • The material or service must be compatible in all aspects (form, fit, and function) with existing device/s. • The new items are "direct replacement" parts / components for existing equipment. 2. Price. Technical capability is significantly more important that cost. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any 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. Respondents proposing on an equal product 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. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by 1:00 PM Eastern Standard Time, Friday, March 15, 2018 and reference number HHS-NIH-NIDA-CSS-2018-098. Responses should be submitted electronically to Jessica Adams at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and telephone of the individual to contact for information regarding the solicitation: Jessica Adams, (301) 443-8761.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/b371b3d8e6536b60ff501f942017fac2)
 
Place of Performance
Address: 9800 Medical Center Dr. Bldg B, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04849194-W 20180311/180309230950-b371b3d8e6536b60ff501f942017fac2 (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.