SOLICITATION NOTICE
66 -- Multi-Channel Automated Pipetting System
- Notice Date
- 8/26/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-14-643
- Archive Date
- 9/19/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION 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 announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-643 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set aside and is available for full and open competition. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and is NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated July 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this potential requirement is acquisition of one (1) new multi-channel automated pipetting system on a brand name or equal basis to be used for a variety of dispense and aspirate functions into different types of labware, most commonly micro-titer plates of various well densities (96, 384, 1536). Project Requirements The Contractor must be able to provide one (1) new Beckman Coulter BioMek Automated Pipetting System OR EQUAL. For reference, the Beckman Coulter equipment that meets the needs of this requirement is as follows: 1. One (1) 4x3 ALP Kit [Product Code 719948] 2. One (1) Air Compressor/Biomek FX [Product Code 719502] 3. One (1) BFX Positive Positioning ALP [Product Code 719856] 4. One (1) Biomek FX P30/384 Dispense Head [Product Code 719715] 5. One (1) Biomek NXP Multichannel [Product Code A31841] 6. One (1) Biomek Software, Controller, Monitor - Win 7, Ver 4.1 [Product Code B36702] 7. One (1) Disposal ALP Kit [Product Code 719347] 8. One (1) Packaged Tip Loader [Product Code 719356] The brand name or equal multi-channel automated pipetting system must meet the following requirements: 1. The system must have a 384/P30 Tip Head 2. The system must have the ability to perform dispense and aspirate functions in 1536 well plates 3. The system must have fourteen (14) deck positions 4. The system must have the ability to move labware between deck positions automatically 5. The system must have the ability to create custom programs to control the device. 6. The system must include a controller PC and monitor 7. The system must come with protocol designing software 8. Delivery shall be provided for by the contractor Anticipated Period of Performance Delivery and installation will be completed within eight (8) weeks after contractor receipt of order. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include equipment specifications. Factor 2: Delivery The Offeror shall confirm in its technical proposal that the delivery and installation requirements detailed in this statement of need shall be met. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-643. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-643/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03481630-W 20140828/140827000007-3d0d02217a167bc30371ca03c52bb3a5 (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 |