Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2014 FBO #4674
SOLICITATION NOTICE

66 -- Automatic cell washing Instrument

Notice Date
9/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339113 — Surgical Appliance and Supplies Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, Clinical Center/Office of Purchasing & Contracts, 6707 Democracy Blvd, Suite 106, MSC 5480, Bethesda, Maryland, 20892-5480
 
ZIP Code
20892-5480
 
Solicitation Number
14-016857
 
Archive Date
10/4/2014
 
Point of Contact
MILTON DARTOOZOS, Phone: 3015945919
 
E-Mail Address
MILTON.DARTOOZOS@NIH.GOV
(MILTON.DARTOOZOS@NIH.GOV)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included on this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a purchase order in accordance with FAR Part 13 for using Simplified Acquisition Procedures. The solicitation number is 14-016857. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-70 effective September 30, 2013. The associated North American Industrial Classification System (NAICS) code for this procurement is 339113 and the Small Business Size standard is 500 employees. This combined/synopsis solicitation is not a set aside for small business. The acquisition will be made pursuant to the authority in FAR 13 to use simplified procedures for commercial items. I. Background/ Brief History The Cell Processing Section (CPS), Department of Transfusion Medicine, NIH CC is an AABB accredited cellular therapy laboratory whose central mission is to provide services to the NIH Institutes to support more than 50 intramural clinical trials. These services include (1) development, evaluation, and validation of investigational new drugs (INDs) for cellular therapies and (2) manufacture of cellular therapy products for approved clinical trials. The majority of these trials are early phase (I/II) trials not intended to result in the development of a commercial product. To provide these services, CPS operates a core facility (Charles S. Carter Cellular Therapy Laboratory) for the manufacture, storage, and distribution of cellular therapy products. CPS manufactures cellular therapy products from more than 800 collections from patients or healthy donors per year. The products manufactured by the laboratory are used to treat NIH CC patients with cancer, hematological malignancies, marrow failure, genetic immune disorders and autoimmune diseases. DESCRIPTION OF REQUIREMENT: This contract is to purchase an automatic cell washing Instrument that remove supernatant from target cells. It is designed for use in a cGMP environment that will improve over the existing system for both clinical service and research applications. The cell washing system must be fast, automated and gentle cell washing. It can be used for supernatant or culture media exchange, volume reduction or cell concentration as well as reducing platelets for patient cells. The instruments must be specifically designed to wash and concentrate cells in a closed system, and prevent the contamination of the processed cells with microbes such as bacteria and fungi. The instrument should process large quantities of cells up to 10 billion cells or more. The instrument should be an automatic system for cell concentration and cell washing. It must fit on a bench top and be able to wash up to 7 liters of cells in suspension in approximately 1 hour. It must able to process lymphocytes and monocytes in suspension at a rate of 100 ml per minute or more.. The instrument must be equipped with software which documents the identification of the product processed and the washing parameters. The system must have: - System enables closed system processing - Automated Cell Processing System - The volume range 100mL to 2500mL for large quantities processed - Software for auto dilution for large cells volume 1. The company shall supply the instrument and all necessary operating components Delivered to NIH/CC/DTM/Cell Processing Section 10 Center Drive Bldg. 10/ Rm. 3C720 Bethesda, MD 20892-1288 Attention: Thai Truong or Marianna Sabatino The contract will be awarded to the responsible offeror with the lowest-price offer that fully meets the requirements of the solicitation. PROVISIONS/CLAUSES: The following Federal Acquisition Regulations (FAR) provisions and clauses apply to this solicitation and are incorporated by reference (provisions/clauses may be obtained via www.arnet.gov). CLAUSES FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2013) The following FAR 52.212-4 addenda apply: FAR 52.204-7, System for Award Management (Jul 2013) FAR 52.217-6, Option for Increased Quantity (Mar 1989) 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (Sept 2013) The following FAR 52.212-5(b) clauses apply: 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-3 Convict Labor; 52.222-21 Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity; 52.222-36 Affirmative Action for Workers with Disabilities; 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration; 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; 52.225-1 Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases. PROVISIONS The following solicitation provisions apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013) OFFER PREPARATION INSTRUCTIONS: ADDENDUM 1).The offeror shall submit a quote on letterhead stationary providing the following: i. Line Item Number ii. Product Code/Description iii. Price Per Item iv. Discount Per Item v. Total Price with Assigned Quantity, Addendum Paragraph (K) System for Award Management: In accordance with the Debt Collection Improvement Act of 1996, in order to be considered for an award of a Federal contract, the contractor must be registered in the System for Award Management (SAM), a free web site that encompasses the capabilities of the - Central Contractor Registry (CCR); Federal Agency Registration (Fedreg); Online Representations and Certifications Application (ORCA); Excluded Parties List System (EPLS); and the Catalog of Federal Domestic Assistance. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Updating information in the SAM does not alter the terms and conditions of this contract and is not a substitute for a properly executed contractual document. To access the SAM website to: https://www.sam.gov/portal/public/SAM. FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (August 2013) - with Addenda: Representation By Corporations Regarding an Unpaid Delinquent tax Liability or a Felony Conviction Under Any Federal Law and FAR 52.204-6, Data Universal Numbering System (DUNS) Number (July 2013). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. All quotations shall be received no later than 12:00pm, Eastern on September 19, 2014. Email submissions of quotations shall be submitted to milton.dartoozos@nih.gov, contract specialist. Please submit all questions by September 16, 2014 3:00pm eastern.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/CCOPC/14-016857/listing.html)
 
Place of Performance
Address: 10 CENTER DRIVE, BLDG 10 / RM 2C306, BETHESDA, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03502830-W 20140911/140910000532-f4f99067108c737bc43aa150d81bbc48 (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.