Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SOLICITATION NOTICE

66 -- Color Cell Sorter Flow Cytometer - Package #1

Notice Date
4/29/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
11-223-SOL-00090
 
Archive Date
5/24/2011
 
Point of Contact
Regina R. Williams, Phone: (870) 543-7012
 
E-Mail Address
regina.williams@fda.hhs.gov
(regina.williams@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Fixed Price Table The Food and Drug Administration intends to award a Contract for the supplies/services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.106. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 11-223-SOL-00090. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-51. The associated North American Industry Classification System (NAICS) Code is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. Background The Center for Drug Evaluation and Research, Division of Applied Pharmacology requires a Color Cell Sorter Flow Cytometer. This system will be designed to utilize biomarkers of infection with influenza as a measure of drug efficacy. One aspect of this project is cellular biomarkers, especially leukocyte populations. It is important to be able to accurately identify the responding populations and to isolate them for further in vitro functional characterization. In addition, this instrument will support additional projects in the division including viral-reactivation methods development and development of a mouse model with a humanized immune system. Technical Requirements 1. The instrument must be a newly manufactured unit, not used and refurbished or previously used for demonstration. 2. The contractor shall provide inside delivery, installation, calibration of the cell sorter, and on-site training for two operators. 3. Warranty and Preventative Maintenance shall be for 12 months from date of acceptance. 4. The Offeror shall provide documentation that they are an authorized manufacturer distributor/reseller. Functional Specifications The color cell sorter flow cytometer shall meet the following specifications: 1. The system shall include a flow cytometer capable of at least 8 color fluorescence plus forward and side scatter analysis. (The contractor should propose the number and type of lasers needed for the number of fluorescence channels they are proposing to provide. For example, a laser set adequate for 8 colors may not be optimal for a 12 color instrument. The contractor must note that the main use will be for high-color phenotypic analysis and sorting). 2. Additional fluorescence channels above 8 are a highly desirable feature. 3. Laser power must be 100mW or higher at the laser head. 4. Laser must be in the 630 to 650 nm emission range. 5. Fluorescence sensitivity shall be ≤ 100 MESF for fluorescein and ≤ 50 MESF for phycoerythrin. 6. Optical flexibility. This instrument is expected to be in active service for 10-15 years. It is likely that projects in the future will require different optical configurations. 7. Small particle resolution. 8. Shall include a computer with software for instrument control and for data analysis. 9. The system shall have capability to automatically load and run samples from at least 20 of the 12 x 17 mm tubes and/or from a single 96 well plate. Optional Item: Option Year 1 - Service & Maintenance Agreement Optional Item: Option Year 2 - Service & Maintenance Agreement Proposed pricing shall be provided on a unit price line item basis. NOTICE TO OFFERORS: FUNDS ARE NOT PRESENTLY AVAILABLE. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION EITHER BEFORE OR AFTER THE RFQ CLOSING DATE. Contract type: Commercial Item-Firm Fixed Price. Simplified acquisition procedures will be utilized. FOB Point Destination. To be delivered 90 days or less after receipt of order (ARO). Point of Delivery for Services and Supplies will be the Food and Drug Administration, White Oak Campus, 10903 New Hampshire Avenue, WO Bldg 64, Rm 2061, Silver Spring, MD 20993. Invoice Submission Invoices shall be submitted in accordance with the following clauses that are incorporated into this contract: 52.232-25, Prompt Payment (OCT 2003), and 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003). The contractor shall submit one (1) original copy of each invoice to the address specified below: Food and Drug Administration Office of Acquisitions and Grants Services Attn: Regina Williams 3900 NCTR Road, HFT-320 Jefferson, Arkansas 72079 To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: 1. Name and address of the Contractor 2. Invoice date and invoice number 3. Purchase order number 4. Description, Quantity, Unit of Measure, Unit Price, and Extended Price of supplies delivered 5. Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading 6. Terms of any discount for prompt payment offered 7. Name and address of official to whom payment is to be sent (Must be the same as that in the purchase order or in a proper notice of assignment) 8. Name, title, and phone number of person to notify in event of defective invoice 9. Taxpayer identification number 10. Electronic Funds Transfer (EFT) banking information 11. Name and telephone number of the FDA COR referenced on the purchase order 12. Any other information or documentation required by the purchase order Questions relating to when payment will be received should be directed to the FDA payment office at 870-543-7446. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: a. Technical capability of the supplies/services offered to meet the Government's minimum requirement. b. Price. In determining the best value to the Government, technical capability is more important than price, though price remains a significant factor and must be reasonable and affordable. Technical capability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the government's requirement/specifications. The Government will evaluate the technical capability factor as to whether the offer meets or exceeds the minimum specifications. The government reserves the right to make an award without discussions. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Price shall represent the offeror's response to the requirements of the solicitation. The Government will evaluate the total price of all contract line items. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items with its offer or indicate certifications in ORCA at http://orca@bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.203-6 alt I; 52.219-4; 52.219-8; 52.222-3; 52.222-19; 52.222-21; 52.222-26; 52.222-35; 52.222-36; 52.222-37; 52.222-39; 52.225-3; 52.225-5; 52.225-13 and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The following additional provisions and/or clauses apply: 52.204-7. CCR Requirement - Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. 52.232-18 Availability of Funds (APR 1984) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/vfhhsara.htm. 352.202-1 Definitions (Jan 2006) 352.203-70 Anti-lobbying (Jan 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations. (Oct 2009) 352.231-71 Pricing of Adjustments (Jan 2001) 352.242-71 Tobacco-free facilities (Jan 2006) The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the FedBizOpps website for any released amendments to the solicitation. Offerors that fail to furnish required representations, or reject the terms and conditions of the solicitation, may be excluded from consideration. Question Deadline: All questions shall be submitted via email (regina.williams@fda.hhs.gov) on or before May 4, 2011 by 1:00 pm (Central Standard Time). RFQ Due Date: Offers are due in person, by postal mail, or via email on or before May 9, 2011 by 1:00 p.m. (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas), at the Food and Drug Administration/OAGS, Attn: Regina Williams, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. The offer must reference solicitation number 11-223-SOL-00090. Quotes shall be valid through 09/30/2011.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/11-223-SOL-00090/listing.html)
 
Place of Performance
Address: Food and Drug Administration, White Oak Campus, 10903 New Hampshire Avenue, WO Bldg 64, Rm 2061, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02436604-W 20110501/110429234426-14617394eeba5a55c11a496c199c924f (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.