This notice is a combined synopsis/solicitation, Notice of Intent. The government intends to negotiate on a sole source basis with Buxco Electronics, Inc. for a plethysmograph system in accordance with the format in Subpart 12.6 as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers to NOI-RML-5-13016. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 dated 04/01/2013. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is a Small Business Set-Aside. The North American Industry Classification System (NAICS) code for this procurement is334516 and the small business size is 500. SCHEDULE: The National Institute of Allergy and Infectious Diseases (NIAID), Rocky Mountain Laboratories (RML) requires a Buxco plethysmograph with the following components:
SFT 4000 Fine Pointe Research Suite includes Fine Pointe Station and Fine Pointe Review Software
SFT4175 Ventilation FDP Site Type
SFT4116 WBP Volume Site Type
SFT4020 Fine Pointe Software collection site
TRD5718 Temperature/Humidity probe for use with QT series preamplifiers
TRD5701 Flow transducer for use with QT series preamplifiers
PLY3016 Monkey-Restrained Head out Plethysmograph Cylindrical (nominal 12" dia.) on rails
ACC1500 Laboratory Digital Temperature and Humidity Indicator
QT1000 Signal preamplifier. Eight channel plus up to 4 temp and humidity inputs USB
PC0250-L Premium laptop computer with Windows 7 Pro and MS Office 2010 Pro
SER-INUN2 Installation, Training or on-site service (one time at installation)
CUST0002 Shipping
CUST0001 Whole Body Plethysmograph adaptation for ferrets
This equipment is for use in animal studies for varying animal models. It must be guaranteed to be totally compatible with the Biaera aerosol delivery system. FOB Point shall be Destination, Hamilton, MT 59840. Delivery location is Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, MT. The following FAR provisions and clauses apply to this acquisition: (B)(1) By submission of an offer, the offeror 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 contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation (www.sam.gov); FAR52.212-1 Instructions to Offerors Commercial Items; 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. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall have posted their FAR 52.212-3 Offerors Representations and Certifications Commercial Items at website http://www.sam.gov. Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. Offers may be mailed to Barbara Horrell at Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Mt 59840, faxed to the POC indicated above fax - 406-363-9288, or e-mailed at
[email protected]. Offers must be submitted not later than 4:30 PM (MST) 05/30/2013. Copies of the above-referenced clauses are available from https://www.acquisition.gov/far/ 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