Federal Bid

Last Updated on 26 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Rocky Oklahoma

Falcon-II for Titan Krios

Solicitation ID NOI-RML-5-10437
Posted Date 10 Sep 2014 at 7 PM
Archive Date 26 Oct 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 Rocky Oklahoma United states
This is a Notice of Intent (NOI). The National Institute of Allergy and Infectious Diseases intends to negotiate on a sole source basis under the authority of 41 United States Code (U.S.C.) 1901(e)(2) as implemented by FAR 13.501(a). The proposed source is FEI Company, 5350 NE Dawson Creek Drive, Hillsboro, Oregon 97124. The purchase is for a Falcon II direct electron detector (DED) and Phase Plates for an existing FEI Titan Krios microscope as detailed in the attached Statement of Work. FEI is the sole manufacturer and supplier of the required products. 

This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement is not a request for competitive quotations; however, all quotations/responses will be considered by the government. A determination by the government not to compete this proposed contract, based upon responses received to this notice, is solely within the discretion of the government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Interested parties may identify their interest and capability to respond to the requirement or submit offers on NOI-RML-5-14037.

The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-76 effective August 25, 2014. The North American Industry Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees. This requirement is not set-aside for small business.

FOB Point shall be Destination: Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840.

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.

The following FAR provisions and clauses will be incorporated by reference:

52.212-1 Instructions to Offerors - Commercial Items (April 2014)

52.212-4 Contract Terms and Conditions - Commercial Items (May 2014)

52.229-6 Taxes - Foreign Fixed-Price Contracts (June 2003)

52.233-3 Protest after Award (August 1996)

52.247-34 F.o.b. Destination (November 1991)

The following HHSAR clauses will be incorporated by reference:

352.203-70 Anti-lobbying (January 2006)

352.222-70 Contractor cooperation in equal employment opportunity investigations (January 2010)

352.242-71 Tobacco-free facilities (January 2006)

The following FAR provisions and clauses are incorporated in full text and provided in the attached Appendix A - FAR Provisions & Clauses Full Text.

52.212-3 Offerors Representations and Certifications - Commercial Items (May 2014)
Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items

52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (July 2014)

52.233-2 Service of Protest (September 2006)

Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html and http://www.hhs.gov/regulations/hhsar/ or, upon request, either by telephone or fax.

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).

This is an open-market combined Notice of Intent for Falcon-II for Titan Krios as defined herein. The government intends to award a firm, fixed price purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein.
Submission shall be received not later than September 22, 2014, 11:00 am Eastern Standard Time.

Offers may be mailed, e-mailed or faxed to Tamara McDermott; (Fax/406-363-9288), (E-Mail/[email protected]). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).

All responsible sources may submit an offer that will be considered by this Agency.
Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Tamara McDermott [email protected]

Bid Protests Not Available