Federal Bid

Last Updated on 28 Aug 2014 at 8 AM
Solicitation
Pike New hampshire

BECKMAN COULTER CENTRIFUGE AND ROTOR ASSEMBLY

Solicitation ID NIAIDRFQ14B1690289
Posted Date 04 Aug 2014 at 1 PM
Archive Date 28 Aug 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office National Institute Of Allergy & Infectious Diseases/Amob
Agency Department Of Health And Human Services
Location Pike New hampshire United states

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.  This procurement will be Firm-Fixed Price, Brand Name or Equal, IAW FAR 52.211-6. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

 

The solicitation number is NIAID RFQ14B1690289 and is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, 7/25/2014. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is unrestricted and all interested vendors may submit a quotation. The National Institutes of Health (NIH) has a requirement for the following Becton Dickerson equipment listed below or equal.

 

The list of contract line item number(s) and associated items and quantities are as follows:

 

CLIN# 0001, Quantity 3 each, Beckman Coulter, Allegra X-15R Centrifuge, 208V, 60HZ (Catalog# 392932) or equal.

 

 

 

 

Specifications for Allegra X-15R Centrifuge:

 

       The Allegra X-15R centrifuge delivers maximum performance and cost- effective versatility through a wide variety of available rotors, tubes, bottles, and accessories. With a powerful, built-in refrigeration system, the X-15R cools more quickly and maintains temperature even at maximum speed. The ARIES Smart Balance Rotor System automatically detects and corrects up to 50 grams of imbalance, which not only reduces mid-run interruptions to save you time, but also helps to minimize instrument wear and tear. BioCertified rotors, covers, and canisters are tested to ensure potentially harmful aerosols are contained maintaining safety in the lab.

 

SPECIFICATIONS:

Swinging Bucket Rotor: 4,750 rpm; 5,250 x g

Fixed-Angle Rotor: 10,200 rpm; 11,400 x g

Refrigeration: CFC-Free

Maximum Capacity: 3 Liters

Run Time: Timed (Up to 99 hrs, 59 min) Hold, Pulse

Drive: Brushless Induction

Programs: 10 user-defi ned

Accel/Decel Profi les: 10/11

Temperature Range: -10° C to +40° C (selectable)

Dimensions (cm), Lid Closed: 76.2W x 62.2D x 34.3H

Dimensions (in), Lid Closed: 30W x 24.5D x 13.5H

Weight Without Rotor: 128 kg (283 lb)

Electrical: 208V, 60 Hz

 

CLIN# 0002, Quantity 3 each, Becton Coulter, 4 x 750ml SX4750 Aries Swinging bucket rotor assembly (Catalog# 369704) or equal.

 

Specifications for Aries Swinging Bucket Rotor Assembly:

SX4750A ARIES™ Smart Balance Swinging Bucket Rotor Assembly (without Bucket Covers), Stainless Steel/Aluminum

Major applications: Rapid sedimentation of protein precipitates, large particles, cells, and cell debris.

Product Features:

  • Automatically corrects imbalance -- up to 50 grams opposing loads
  • Cell Culture Flask Adapters
  • Modular Disk Adapters
  • Exclusive Aerosolve Canisters
  • Bottle Sleeves
  • Blood Bag Cups
  • Microplate Carriers

·               Includes 4 round buckets, max capacity of 750 mL each

This award shall Include Delivery and Installation.

 

Delivery:

 

The government anticipates delivery to be made within 90 days from the date the contractor receives award. The government will evaluate, in regards to time of delivery, offeror's that propose delivery within the applicable delivery period specified above.  F.O.B. Destination.

Offeror's  that propose delivery that will not clearly fall within the applicable anticipated delivery period specified above will also be considered. The Government reserves the right to award either the anticipated delivery schedule or the proposed delivery schedule. If the offeror proposes no other delivery schedule, the anticipated schedule above will apply.

 

In accordance with FAR 52.212-2 Evaluation-Commercial Items

 

1)      Technical-Meeting or exceeding the minimum specifications.

 

Evaluation of technical Capability shall be based on the information provided in the quotation.  The Government will evaluate whether the contractor has demonstrated that their proposed equipment meets or exceeds all requirements.  Quotations that do not demonstrate that the proposed equipment meets all requirements will not be considered further for award.  Contractors responding shall also include product literature which addresses all specifications and clearly documents that the product offered meets or exceeds the specifications identified herein.

 

The quoter must indicate whether it is proposing the Brand Name requested or an equal product. If proposing an equal product quoter must provide complete specifications for Government evaluation. The contractor shall include past performance information.

 

2)   PastExperience

Past performance will be evaluated to determine the overall quality of the product and service provided and the Contractor's history of meeting delivery schedules for prior deliverables.  

 

3) Price

The price will be evaluated for price reasonableness. By submission of an offer, the quoter 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 purchase order resulting from this solicitation. The System For Award Management (SAM) website is located at www.sam.gov.

 

The quoter must complete FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (May 2014) - with DUNS Number Addendum [52.204-6 (July 2013)].

 

The Offeror Representations and Certifications may be found at http://farsite.hill.af.mil/vffara.htm. The provisions and clauses applicable to and incorporated in this RFQ are those in effect through Federal Acquisition Circular 2005-76, 7/25/2014.The following FAR provisions and clauses. 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.212-4, 52.212-5 with the following: 52.204-7 System for Award Management (Jul 2013); FAR 52.212-1, FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2014); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jul 2014); as well as the following clauses cited therein: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995); FAR 52.203-15, FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 2011); FAR 52.219-8, Utilization of Small Business Concerns (May 2014); FAR 52.219-28, Post Award Small Business Program Representation (Jul 2013); FAR 52.222-3, Convict Labor (June 2003); FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007); FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014); FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Jul 2014); FAR 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); ) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). FAR 52.225-1, Buy American Act-   Supplies (May 2014); FAR 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-29, Terms for Financing of Purchases of Commercial Items (Feb 2002); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013). HHSAR 352.222-70 Contractor cooperation in equal employment opportunity investigations. As prescribed in 322.810(h), the Contracting Officer shall insert the following clause: Contractor Cooperation in Equal Employment Opportunity Investigations (January 2010)

 

All responsible sources may submit a quotation that will be considered by the Agency. Three copies of the vendor's quotation (including product literature) must be submitted no later than 5:00PM Eastern Standard Time on Monday August 11, 2014. Quotations must reference solicitation NIAID RFQ 14B1698408 .  For delivery of responses through the U.S. Postal Service at the address of NIH/NIAID/AMOB, 10401 Fernwood Road, Room 2NE52E, MSC 4811, Bethesda, MD, 20892-4811.   Email and fax submissions are acceptable.  Point of contact concerning this requirement is Merle Dixon can be reached by phone and 301-402-6162, or e-mailed to [email protected].  Collect calls will not be accepted.

 

Bid Protests Not Available

Similar Past Bids

Maryland 04 Sep 2013 at 9 PM
Nebraska 17 Apr 2018 at 3 PM
Murray Kentucky 18 May 2016 at 7 PM
Pennsylvania 30 Jul 2014 at 6 PM

Similar Opportunities

No Similar Opportunities Found