SOLICITATION NOTICE
65 -- Brand Name or Equal Beckman Biomek NXP Span-8 Liquid
- Notice Date
- 6/5/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC52591-24
- Archive Date
- 6/26/2015
- Point of Contact
- Kimesha Leake, Phone: 2402765669, Terry Galloway, Phone: 240-276-5384
- E-Mail Address
-
kimesha.leake@nih.gov, gallowaytl@mail.nih.gov
(kimesha.leake@nih.gov, gallowaytl@mail.nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Human Carcinogenesis (LHC) intends to procure a Brand Name or Equal Beckman Biomek NXP Span-8 with Gripper, Biomek Win 7 New Installation Kit with Biomek Software, Shaking Peltier ALP Ship Kit, Orbital Shaker ALP, Labware Stack kit, Span-8 Wash, Biomek NX Span, Mandrel Kit, Biomek FX Device Controller, Syringe Kit, Adaptor, Biomek Trash Kit, Optical Table top and legs, Instegrated Solution including one year warranty. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC52591-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-80 (March 2015) simplified procedures for commercial items. The North American Industry Classification System code is 334513 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Laboratory of Human Carcinogenesis has a multifaceted research program integrating basic, translational, clinical, and population research, with a major focus on common and lethal human cancers that include tumors of the breast, colon, esophagus, liver, lung, pancreas and prostate. LHC studies utilize a Precision Medicine Strategy. LHC main objectives are to conduct investigations that assess: (1) Mechanisms of carcinogenesis including the cellular functions of cancer driving genes; (2) experimental approaches in biological systems for the extrapolation of carcinogenesis data and mechanisms from in vitro models and experimental animals to humans; (3) molecular integrative epidemiology of human cancer risk; and (4) cancer biomarkers of diagnosis, prognosis, and therapeutic outcome. The laboratory consists of five sections; the Liver Carcinogenesis Section (LCS), the Molecular Genetics and Carcinogenesis Section (MGCS), the Molecular Epidemiology Section (MES), the Pancreatic Cancer Unit (PCU) and the Integrative Molecular Epidemiology Unit (IMEU). Scientifically, the emphasis is on the role of inherited or acquired host factors as important determinants of an individual's cancer susceptibility and outcomes. The NCI investigations of host factors include interspecies studies among laboratory animals and humans, and are multidisciplinary to include molecular and cellular biology, pathology, epidemiology and clinical investigation. The MGCS devotes their major efforts to precision medicine studies of lung and colon cancer, including fundamental and mechanistic studies. The LCS focuses mainly on dissecting tumor heterogeneity of liver cancer to improve outcome among diverse populations and identifying cancer drivers through integrated genomics. The MES mainly conducts integrative molecular epidemiology studies of prostate cancer and breast cancer with a special emphasis on health disparity and utilizes epidemiological and translational research strategies to identify risk factors and pathways that influence tumor development and progression. The PCU conducts integrative molecular epidemiology studies of pancreatic cancer and utilizes epidemiological and translational research strategies to identify risk factors and pathways that influence tumor development and progression. The IMEU uses an integrative and translational approach to study the genetics and biology behind health disparities in lung cancer and the effect of environmental exposures linked to lung cancer on RNA biology. The overall goal of LHC is to acquire knowledge that will improve cancer prevention, early detection, stratification and effective treatment. The government's minimal needs for the automated liquid handling system are the following: • The robot handler needs to be fit into a laminar flow hood which will prevent the potential of the staff members working with the material to become exposed in the event of a spill or being exposed to the aerosols formed when pipetting human samples • A light curtain that ensures maximum operator safety by automatically shutting down the robot should a person put their arm into the hood is a necessary feature. • The robot handler should specifically match up and assist the experimental protocol of samples being analyzed by a mass spectrophotometer. The samples being analyzed by the mass spectrophotometer need to be prepared in a certain set up. A two deck layout would be optimal • The software that is affiliated with the machine should be easily integrated with the data from the NCI's projects • The software should support predefined pipetting techniques that include low volume pipetting controls, taking into account the variability in viscosity/surface tension from one reagent/solvent to another • The software should include user accounts and permissions software to allow separate access by different users, and securing methods to prevent their deletion, modification or other changes • The system should allow differential access for a variety of users, ranging from full editor status (writing and editing theirs and others protocols), to user-only (only able to run protocols) to per-project access (able to run or edit their own protocols) • The system should have the option to define instrument access and methods that are password-protected • The system should contain a graphical interface displaying the deck layout at the start of the run to confirm proper placement of labware prior to running the method. This is essential to preventing a crash between the pipetting hardware and labware that has not been accounted for. • The system must contains the ability to view the method run using the software simulator to allow visualization of the process before it is run with actual reagents. • The software must have the capability to send error message or process completion messages via the network to the user's email address or pager system • The system software must provide the ability to easily and optimally transfer liquids between various microplate formats through the use of pre-defined pipetting techniques • Equipment must have adaptable plate formats and volumes as research and methods needs change, evolve, and advance • Many projects within the LHC are based on studies investigating expression levels of RNA and/or DNA in human patient population studies. A necessary characteristics is that it has been made compatible and efficient with the Solid Phase Reversible (SPRI) Nucleic Acid Preparation solutions, so it can isolate RNA and DNA in a high throughput manner with a compatible system that allows for fast, efficient and consistent results II. Delivery: Contractor shall deliver the item(s) within 30 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance of the COR. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: June 11, 2015 PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. 52.212-1 Instruction to Offerors Commercial Items (APR 2014); 52.212-2 Evaluation Commercial Items (OCT 2014): The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2013)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (December 2014); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports on Veterans FAR Clause 52.223-18 Policy to Ban Text Messaging while Driving FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.225-1 Buy American Act-Supplies Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's System for Award Management (SAM) through sam.gov. Quotations must be received in the NCI-OA contracting office by 6/11/15. Please refer to solicitation number N02RC52591-24 on all correspondence. No collect calls will be accepted. Faxed or electronic mail quotations will NOT be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52591-24/listing.html)
- Place of Performance
- Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E626, Bethesda, MD 20892, UNITED STATES., Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03755106-W 20150607/150605234814-97c5c42ba188157af84d871def0d20c2 (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 |