Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 14, 2018 FBO #6077
DOCUMENT

66 -- DIGITAL CASSETTE BASED RADIOGRAPHY SYSTEM - FAR CLAUSES AND PROVISIONS - FAR CLAUSES

Notice Date
7/12/2018
 
Notice Type
FAR CLAUSES
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-1912979
 
Archive Date
8/10/2018
 
Point of Contact
Diana Rohlman, Phone: 4063639366, Suzanne Miller, Phone: 406-363-9445
 
E-Mail Address
diana.rohlman@nih.gov, millers2@niaid.nih.gov
(diana.rohlman@nih.gov, millers2@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5 This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ-1912979 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-99 06-15-18 AS OF 07/12/18. The North American Industry Classification System (NAICS) code for this procurement is 334516, Analytical Laboratory Instrument Manufacturing, with a small business size standard of 1000 employees. The small business set aside is dissolved for this requirement. The acquisition is being competed full and open. The National Institute of Allergy and Infectious Diseases (NIAID) Rocky Mountain Laboratories Veterinary Branch has a requirement for: 1)Quantity of three 14 x17 cassette size digital x-ray sensors with patented ISS Technology, No x-ray generator interface These units must have all salient characteristics listed; - AED/SmartSwitch technology -must have automatic exposure capabilities -units must be mobile all-in-one case, 15" Touchscreen laptop control station, with HD display and 500 GB SSD, BT charger USB and Network Ports. -must include x-ray sensor holder. -must quote all warranties to be included -must note any Technical Support included -On-Board Control Computer Perpetual license appropriate for digital film interpretation. -table must be mobile and stainless steel with powder coated surfaces to withstand BSL4 decontamination procedures -table, generator and computer/monitor must move easily as a single unit -table must be of quiet roll casters and all four must lock/unlock -table must be or not to exceed 60"x36"x32" to fit in laboratory space -table must hold up to 600 lbs -software must be customizable to accommodate research data collection and unique laboratory species -must quote remote training, set-up and applications -must include the country origin of the manufacturer -must include costs for shipping, freight, handling, destination and insurance -the units must be portable to move between experimental suites during decontamination procedures. They must fit into a specified footprint and be totally self -contained, and they must be compatible with the Federal Governments IT security systems when data are being digitally transferred out of the high containment laboratory. In addition, service technicians cannot access the high containment laboratories. This equipment is expected to be serviced by our own staff so units must be able to be serviced with replacement-interchangeable parts. 2)The proposed system must function within the NIAID/RML IT infrastructure without the need for special exemptions or configuration modifications. Software must be customized and compatible to accommodate research data collection and unique laboratory species. This hardware works closely with the specialized BSL4environment and must be built to conform to facility environment. The government intends to a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, technical evaluations, price, delivery and the best value to the government. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html & http: //www.hhs.gov/regulation/index.html or, upon request, either by telephone or fax. Submission shall be received not later than July 26, 2018, 9:00 AM Mountain Time Offers may be mailed, e-mailed to diana.rohlman@nih.gov Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Diana Rohlman @ diana.rohlman@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-1912979/listing.html)
 
Document(s)
FAR CLAUSES
 
File Name: http://www.acquisition.gov/far/loadmainre.html
Link: http://www.acquisition.gov/far/loadmainre.html

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: ROCKY MOUNTAIN LABORATORIES, 903 S 4TH ST, HAMILTON, Montana, 59840, United States
Zip Code: 59840
 
Record
SN04988782-W 20180714/180712230935-799571c394187663c15569a4c36d4d6a (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.