ii. This solicitation number is HHS-NIH-NIDA (SSSA)-14-056 and the solicitation is issued as a request for proposal (RFP).
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 expected to exceed the simplified acquisition threshold.
iii. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-72, dated January 2, 2014.
iv. A notice regarding any set-aside restrictions; the associated NAICS code 334516-Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees.
v. The National Institute of Mental Health (NIMH) has a requirement to purchase a new Liquid Scintillation Counter (LSC) TriCarb Model 2910 or equal manufactured by Perkin Elmer Health Sciences, Inc., 710 Bridgeport Avenue, Shelton, CT, 06484-4794. TriCarb 2910 model has the following standard features and external computer controller and monitor, DVD/RW, built-in EtherNet support Ergonomic computer mounting arm mounts on either left or right side, Independent formatting of printout RS-232, Disk storage, ambient kit, Unquenched LSC standards (20ml vials), Unquenched TC standards (low level-set/3), Laser printer (110V), High sensitivity option, New Instrument Online Training & Support and Extended Warranty.
vi. The contractor shall provide a new LSC meeting the above-elaborated specifications. The contractor will deliver and set up the instrument and train personnel in the laboratory on it use. The contractor will provide an extended two-year parts and service warranty on the instrument that will include one preventative maintenance session per year.
vii. The provision at FAR clause 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition.
viii. 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. Technical and past performance when combined is more important when compared to price.
ix. The provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition.
x. FAR clause at 52-212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR clause at 52-212-4, Contact Terms and Conditions-Commercial Items applies to this acquisition.
xi. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items, applies to this acquisition.
xii. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
xiii. The Defense Priorities and Allocation Systems (DPAS) are not applicable to this requirement.
xiv. 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 dates 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 consideration; probable life of the item selected as compared with that of a comparable item, warranty considerations; maintenance availability; and environmental and energy efficiency considerations.
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 criteria and a price proposal.
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 February 10, 2014 12:00PM , eastern standard time, and must reference number HHS-NIH-NIDA(SSSA)-14-056. Responses may be submitted electronically to Jasmine Snoddy, Contract Specialist at [email protected] or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support/Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Jasmine Snoddy. Fax responses will be accepted at (301) 594-1571.