Federal Bid

Last Updated on 24 Aug 2013 at 8 AM
Combined Synopsis/Solicitation
Bethesda Maryland

Eppendorf 5810R Centrifuges

Solicitation ID RML6-RFQ-13055
Posted Date 29 Jul 2013 at 7 PM
Archive Date 24 Aug 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Bethesda Maryland United states 20892

This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This procurement is being issued as a request for quotation.  Submit offers on RML6-RFQ-13055.  The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2 005-67 dated July 22, 2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Total Small Business Set-Aside.  The North American Industry Classification System (NAICS) code for this procurement is 334516 and the small business size is 500. The National Institute of Health requires two Eppendorf 5810R Centrifuges. The system must include the following items:

1)      2 Each- Eppendorf 5810R 4X750 Rotor, 15 & 50ML Adapters (Catalog # 022628187).

a.       Centrifuge 5810R (refrigerated), Cell Culture Package, 120V/50-60Hz.

b.      Multipurpose Centrifuge 5810R is the workhorse for mid to

high-throughput laboratories: Highly versatile, high speed and high plate capacity.

c.       *Capacity for: 4x 750ml, 28x 50ml con., 100x Vacutainer®, 60x 1.5/2ml, or 16x MTP.

d.      *Speed up to 20,913xg (14,000rpm).

e.       *Low sound level to benefit your work environment.

f.       *Low profile (H = 11 in) for easy access to samples.

g.      *Centrifuge lid with a soft-touch closure for ergonomic operation.

h.      *Footprint allows use on standard lab benches (WxD = 28x24 in).

i.        *Temperature range from -9 to 40°C.

j.        *FastTemp program for fast pre-cooling and maximum temperature accuracy inside the rotor.

k.      *ECO shut-off reduces energy consumption.

l.        *Digital display and automatic RPM/RCF conversion for reproducible parameter settings.

m.    *Saves up to 35 user-defined programs.

n.      *Cell Culture Package includes: 4 x 750mL swing-bucket rotor (S-4-104) and 4x 15mL and 4x 50mL conical adapters.

2)      2 Each- Rotor a-2-dwp-at aerosol-tight (5810/r) (Cat # 5820710004)

3)      4 Each- Adapter for 23 x round bottom tubes (2x) (Cat # 5825738004)

4)      4 Each- A-T caps F/750ml buckets pk/2 (5810/r) (Cat # 5820747005)

Installation and training if applicable will be performed by authorized/certified personnel. Shipping and warranty must be quoted with warranty duration annotated. FOB Point shall be Destination, Bethesda, MD.  Inside delivery shall be required.  Delivery location is National Institute of Health, Bethesda, MD 20892.  The following FAR provisions and clauses apply to this acquisition: 52.212-1 Instructions to Offerors—Commercial Items; FAR 52.212-2 Evaluation—Commercial Items. Award will be based on: 1) The capability of the item offered to meet the above stated salient characteristics; 2) Warranty; 3) Price; 4) Past Performance; 5) delivery, and the best value to the Government; FAR 52-212-4 Contract Terms and Conditions—Commercial Items; FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders—Commercial Items; FAR 52.212-3 Offerors Representations and Certifications—Commercial Items.  Warranty information to include period and coverage, shall be stated.  In order to be considered for an award, offeror must have completed the Online Representations and Certifications located at http://www.sam.gov/ in accordance with FAR 4.1201(a). By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the 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.

Offers may be emailed to [email protected], at 903 South 4th Street Hamilton, MT 59840, mailed or faxed to the POC indicated above (Fax - 406-363-9288).  Offers must be submitted not later than 4:30 PM (MDST) 08/13/2013. Copies of the above-referenced clauses are available from http://www.acquisition.gov/far/loadmainre.html or upon request, either by telephone or fax.  All responsible sources may submit an offer that will be considered by this Agency. 

Bid Protests Not Available

Similar Past Bids

Hamilton Montana 28 Aug 2020 at 12 PM
Location Unknown 27 Aug 2015 at 11 AM
Pennsylvania Not Specified
Wright patterson air force base Ohio 15 Feb 2012 at 8 PM
Bureau Illinois 06 Mar 2009 at 9 PM

Similar Opportunities