The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-05-74, dated July 1, 2014.
A notice regarding any set-aside restrictions, the associated NAICS 334516 code and the small business size standard is $14.0 dollars. This acquisition is being conducted in accordance with the procedures of FAR Part 13-Simplified Acquisition Procedures, FAR Subpart 13.5-Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items.
The National Institute on Aging (NIA) at the NIH would like to procure a FACSAria Fusion and accessories.
Place of Performance: 251 Bayview Blvd, Suite 100, Baltimore, MD 21224
Period of Performance: 60 days after award
Contractor shall provide and install Becton Dickinson FACSARia Fusion, or equal, to include the following:
1) FACSAria Fusion (Model 656700-23-H-1111-X-X) includes four solid state lasers: 488-nm blue laser (50mW) and a 640-nm red laser (100mW). 405-nm violet laser (85mW), and a 561-nm yellow-green laser (50mW).
2) Option Hood Safety Biological
3) Flexair External Vent BD400
4) Compressor Air 120V/60Hz 0-120PSI 4L
5) Aria II Temperature Control Option 115V (Water recirculator bath for cooling of the sort collection device for tubes and multiwall plates. Includes temperature control tube holders for 15ml, 12X75-mm, and microtubes for BD FACSAria II, operation at 115V.)
6) FACSARia WIN 7 Z220 Workstation Bundle
7) NEC 19in LCD Monitor
8) Nozzle Assembly 130Um
The provision of FAR clause 52.212-1, Instructions to Offerors - Commercial Items (July 2013), applies to this acquisition. The provision of FAR clause 52.212-2, Evaluation - Commercial Items (January 1999), applies to this acquisition; The provision of FAR clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition. 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, technical, price and other factors considered.
The Offeror must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013), with its offer. The FAR clause is located at http://www.acquisition.gov/far/. 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.
There are no additional contract requirement(s) or terms and conditions determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices.
The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.
Responses to this notice shall contain sufficient information to establish the interested parties' bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
All responses must be received by September 19, 2014 at 12:00pm EST and must reference number HHS-NIH-NIDA(SS/SA)-2014-CSS-272. Responses may be submitted electronically to [email protected].
"All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."