Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 08, 2018 FBO #6133
SOLICITATION NOTICE

66 -- Small Animal Respiratory Monitoring and Gating Systems - Purchase Description - Terms and Conditions - Brand Name Justification

Notice Date
9/6/2018
 
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, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA2018000531
 
Archive Date
9/11/2018
 
Point of Contact
Leon Wong, Phone: 3014807503
 
E-Mail Address
leon.wong@nih.gov
(leon.wong@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Clause 52.212-4; FAR Clause 52.212-5; Invoice Instructions Purchase Description (i) This is a solicitation for commercial services 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 separate written solicitation will not be issued. (ii) The solicitation number is NIHDA2018000531 and the solicitation is issued as a Request for Quotation (RFQ) on a non-competitive (brand-name only), unrestricted (open to both small and large business) basis under authority of FAR Subpart 6.302-1 - only one responsible source and no other supplies or services will satisfy agency requirements. A fixed price purchase order is contemplated for this requirement. 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-Test Program 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 2005-97-1 / 01-24-2018. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Equipment Manufacturing with a small business size standard of 1,000 employees. (v) Background: The NIDA IRP Pre-Clinical Pharmacology Section (PPS) is a part of a multi-lab (both clinical and preclinical) ongoing collaboration to evaluate opiates that may, as a class, produce less respiratory depression, the primary cause of death by overdose. PPS needs to be able to monitor respiration in awake behaving non-human primates without surgical implantation of sensors. These animals are being used for preclinical behavioral pharmacology experiments that evaluate the reinforcing (i.e. abuse potential) properties of drugs. PPS is trying to develop safer opiates, by studying a newly discovered class of these compounds known as "biased agonists." The properties these compounds are predicted to display, include equivalent analgesia, but decreased respiratory depression. Purpose and Objective: The purpose of this requirement is to provide NIDA-IRP with four (4) Model 1200T 3-Channel Monitoring & Gating Systems, which will enable NIDA-IRP to measure how drugs alter respiration (i.e. breathing rate) in awake primates. This objective of this requirement will serve as a critical step for the development and eventual clinical application of safer opiates. Project Requirements: Please see attached Purchase Description for further details. Delivery Date: The estimated delivery date is 30 days ARO. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is provided as an addendum to clause 52.212-2: (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, i.e. this RFQ will be evaluated on the basis of Lowest-Price Technically-Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. Award will be made to the lowest-priced, technically acceptable, responsible offeror. Technical acceptability shall be based on the following: 1. The Offeror must indicate in its quotation the ability to provide all of the requirements specified in the purchase description. 2. The Offeror must indicate in its quotation the ability to meet the delivery requirements specified in the purchase description. (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. 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 factors. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor's ability to meet the government's requirements stated in this notice and on ability to deliver required services and supplies. (ix) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (x) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. (xi) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition. See attachment. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the government requirements stated in this solicitation. The Offeror's technical approach shall indicate compliance with the Scope of Work and describe an essential understanding of the requirements involved in accomplishing the work. Basic cost and price information in the Offerors business proposal must contain sufficient information to allow the Government to perform a basic analysis of the reasonableness of the Offeror to supply the required services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; trade-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. 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. Offerors MUST include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than September 10, 2018 at 5:00 PM EST. Late responses will not be accepted. All responses must reference solicitation number NIHDA2018000531. Responses must be submitted electronically to leon.wong@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, please contact Leon Wong by email at leon.wong@nih.gov or by phone at 301-480-7503.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/NIHDA2018000531/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN05076636-W 20180908/180906232425-68bf05f5c42891572b45eaa059f25292 (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.