Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 08, 2015 FBO #4975
SOLICITATION NOTICE

66 -- High Performance Centrifuge, Microfuge, Ultra Centrifuge for NINDS

Notice Date
7/6/2015
 
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-15-536
 
Archive Date
7/29/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
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-RFQ-15-536 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 100% set-aside for small businesses. 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 FAR Part 12-Acquisition of Commercial Items, 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 2005-83, dated July 2, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) Neuronal Cytoskeletal Protein Regulation Section's (NCPRS) core mission involves studying the mechanisms of topographic regulation of neuronal cytoskeletal proteins regulated by phosphorylation and neurodegenerations. Understanding these mechanisms relies heavily on ability to utilize centrifugation techniques. The NCPRS requires centrifuges that have new technological developments in order to advance research and optimize protocols. Purpose The purpose of this potential requirement is acquisition of a high performance centrifuge, benchtop, a microfuge, and an ultra-centrifuge to advance NCPRS research and optimize protocols. Project Requirements The NINDS NCPRS requires one (1) high performance centrifuge, one (1) benchtop microfuge, and one (1) ultra-centrifuge. A. The high performance centrifuge must meet the following requirements: 1. The centrifuge must allow dual temperature control with capability to monitor sample temperature in the rotor and in the chamber. 2. The centrifuge must have mobile connectivity capability that provides diagnostic run alerts and real time data to app or phone, and allows scientists the ability leave the instrument while it is running samples. 3. The centrifuge must have aluminum alloy rotors. 4. The centrifuge must offer the ability to load rotor empty into the centrifuge, as well as have the ability to load with samples if desired. 5. The centrifuge must come with a foot pedal to allow hands-free use. 6. The centrifuge must be capable of using multiple levels of rotor identification, including Dynamic Rotor Inertia Check and Auto ID. 7. The centrifuge must be capable of running swinging bucket rotors for gradients, as well as fixed angle rotors. 8. The centrifuge must be able to hold a temperature of 4 degrees Celsius when spinning at top speeds. It is imperative for NINDS samples that the temperature not fall below this figure. 9. The centrifuge must have a large touchscreen which provides ability to see the centrifuge from a distance and the touchscreen must be usable while scientists are wearing gloves. 10. The centrifuge must have multi-level password protection capability. 11. The centrifuge must fit a bench space of 34 inches tall and 28 inches wide. The safety clearance must fit within this space as well. B. The benchtop and microfuge must meet the following requirements: 1. The microfuge must be capable of reaching a minimum of 20,000 x g for our spin columns. 2. The microfuge must hold at least 36 samples. 3. The benchtop safety clearance must be capable of fitting on a bench top space that is 20 inches wide. 4. The benchtop must have a minimum of a 400 mL bucket capacity to accommodate 15/50 mL cell culture samples. The buckets must be bio certified and use screw-on lids. 5. The microfuge must have a fixed angle rotor that can achieve a minimum of 28,000 x g to pellet homogenates. C. The ultra-centrifuge must meet all of the requirements of the high performance centrifuge detailed above as well as the following additional requirements: 1. The ultra-centrifuge will frequently be used overnight for long runs such as fifteen hours. The centrifuge must, therefore, have alloy and titanium rotors that are safe, temperature stable (conductive) and a low k factor for high efficiency. 2. The ultra-centrifuge must have a full vacuum which removes all air from the chamber, preventing the samples from increasing in temperature, as well as a friction reduction system and switched reluctance system to shorten runs, reduce heat dissipation, and ensure less wear and tear on our centrifuge and samples. 3. The ultra-centrifuge must not require use of a computer in addition to the touchscreen. 4. The ultra-centrifuge must not have any doors or parts of internal workings extending beyond the body of the equipment. 5. The ultra-centrifuge must have regenerative breaking, idle powering, and low decibel level capabilities. Period of Performance The Contractor shall deliver and install the required equipment within eight (8) weeks after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. 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: 1. Factor 1: Technical Approach The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment, specifically if and how it is an equal-to-brand-name quotation. 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. Quotations must include a delivery lead time. 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 and may be a brief paragraph or up to five pages. 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." NOTE Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-536. 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-15-536/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03786273-W 20150708/150706234533-ad8b2729d5b16635580cb23d460ef603 (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.