Federal Bid

Last Updated on 19 Jul 2018 at 8 AM
Special Notice
Center Kentucky

Maxwell(R) RSC System

Solicitation ID NIH-OLAO-OD3-NOI-5029577
Posted Date 13 Jul 2018 at 12 PM
Archive Date 19 Jul 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisition
Agency Department Of Health And Human Services
Location Center Kentucky United states
PRE-SOLICITATION NOTICE OF INTENT TO SOLE SOURCE SYNOPSIS

INTRODUCTION
THIS IS A PRE-SOLICITATION NON-COMPETITIVE (NOTICE OF INTENT) SYNOPSIS TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION.

The National Institutes of Health, Office of Logistics and Acquisition Operations (OLAO), Office of Acquisitions (OA) on behalf of the National Eye Institute NEI intends to award a purchase order without providing for full and open competition (Including brand-name) to Promega Corporation.

NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 with a Size Standard 1000.

REGULATORY AUTHORITY
The resultant contract will include all applicable provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-95

This acquisition is conducted under the procedures as prescribed in FAR subpart 13-Simplified Acquisition Procedures at an amount not exceeding the simplified acquisition threshold ($150,000).

STATUTORY AUTHORITY
This acquisition is conducted under the authority of 41 U.S.C. 253(c) under provisions of the statutory authority of FAR Subpart 13.106-1(b) -Only one responsible source and no other supplies or services will satisfy agency requirements 41 U.S.C. 253(c)(1).

PERIOD OF PERFORMANCE
30 days after the award.

Place of Performance
National Institutes of Health,
Bldg 6 RM 11F, 6 Center Dr
Bethesda, MD 20892


DESCRIPTION OF REQUIREMENT


Line: Produce ID Description: Qty:
1 AS4500 Maxwell(R) RSC System 1

CLOSING STATEMENT
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. 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."

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.

All responses to this notice shall be submitted electronically by 9:00 am Eastern Standard Time, on Wednesday, July 18, 2018, to the Contracting Specialist, Arash Seddique at [email protected]

Assessment of Capability
Best Value Tradeoff Source Selection Procedures

Bid Protests Not Available

Similar Past Bids

Clifton Arizona 22 Aug 2017 at 7 PM
Clifton Arizona 28 Apr 2016 at 7 PM
Wisconsin 20 May 2021 at 4 AM
Bethesda Maryland 23 Sep 2020 at 12 AM
Durham North carolina 09 Jun 2017 at 12 PM