Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2015 FBO #4990
SOLICITATION NOTICE

W -- One Base Year Lease plus Four Option Years of MaxCyte GT including Licensing and Services - Package #1

Notice Date
7/21/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NOI-RML-1739865
 
Archive Date
8/19/2015
 
Point of Contact
Janna Weber, Phone: 4063639438, Lynda Kieres, Phone: 406-363-9210
 
E-Mail Address
janna.weber@nih.gov, lkieres@niaid.nih.gov
(janna.weber@nih.gov, lkieres@niaid.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
52-212-5 52.212-4 52.203-98 This notice is a Notice of Intent. The Government intends to negotiate on a sole source basis with MaxCyte Inc. for the procurement of a one base year lease plus the four option years of the MaxCyte GT to include licensing and services. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are not being requested and a written solicitation will not be issued. Submit offers on NOI-RML-E-1739865. This acquisition is a Notice of Intent (NOI). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 05-82-1 May 07, 2015. The North American Industry Classification System (NAICS) code for this procurement is 532490 with a small business size standard of $32.5 million. This requirement is not set aside for small business. Cage code is 47CG7 The National Institute of Allergy and Infectious Diseases (NIAID), National Institutes of Health (NIH), is seeking to purchase one base year lease of MaxCyte GT plus licensing and services for the period of performance of 9/1/15-8/31/16; as well as option year one period of performance 9/1/16-8/31/17; option year two period of performance of 9/1/17-8/31/18; option year three period of performance 9/1/18-8/3/19; option year four period of performance 9/1/19 - 8/31/20 Purchase to include: 1. Use of the MaxCyte GT instrument at NIH, not to include consumables. 2. Upgrade of the set-up of one MaxCyte GT Flow Transfection System together with associated computer with computer software with standard algorithms for machine settings that operates the instrument to the 5 West Laboratory of Dr. Harry L. Malech, in NIAID. 3. License to use patented technology and software to operate MaxCyte GT instrument for one year from date of upgrade set-up at NIH. 4. Instrument maintenance and repair as needed to assure operation of the MaxCyte GT instrument for one year as above. 5. Training or re-training of NIH staff in use of the MaxCyte GT instrument up to 4 working days total for any initial training or subsequent training by MaxCyte training staff over the one year period indicated above. 6. Collaborative studies by MaxCyte staff using NIH supplied cells and molecules to optimize machine setting algorithms for electroporation delivery of such molecules into cells, consisting of up to 160 hours of time by MaxCyte staff and use of machine time and disposables at MaxCyte facilities. MaxCyte deliverables for this element will be providing specialized machine setting algorithms for optimization of machine operation for optimized electroporation for 6 to 10 molecule/cell pair combinations for the specialized needs of NIH investigators. Quotes must specify pricing for base year and four option years. FOB Point shall be Destination; Bethesda, MD. Place of Performance: Bethesda, MD United States Award will be based on the capability of the item offered to meet the above stated salient characteristics, price, past performance, delivery, warranty, and the best value to the government. The following FAR provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items (April 2014) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (Dec 2014) Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items The following contract clauses apply to this acquisition: FAR 52-212-4 Contract Terms and Conditions Commercial Items (May 2015) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (May 2015) 52.203-98, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) 52.203-99, Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements - Representation (DEVIATION 2015-02) The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. Quoter must include the following provision in their quote and check the appropriate response. 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Dec 2014) (a) Definitions. "Inverted domestic corporation" and "subsidiary" have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. By submission of its offer, the offeror represents that- (check one) ____(1) It is not an inverted domestic corporation: and ____(2) It is not a subsidiary of an inverted domestic corporation. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) database prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation ( www.sam.gov ). Copies of the above-referenced provisions and clauses are available from http://www.acquisition.gov/far/loadmainre.html or, upon request, either by telephone or fax. This is a Notice of Intent for one base year lease plus four option years of the MaxCyte GT to include licensing and services as defined herein. The government intends to award a purchase order as a result of this combined synopsis/solicitation that will include the terms and conditions set forth herein. To facilitate the award process all quotes should include a statement regarding the terms and conditions herein as follows: "The Terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" (Quoter shall list exception(s) and rationale for the exception(s).) Submission shall be received not later than August 4,2015 at 2:00pm Mountain Time. Offers may be mailed, e-mailed or faxed to Janna Weber ; (Fax - 406-363-9288), (E-Mail/ janna.weber@nih.gov ). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency. Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Janna Weber at janna.weber@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/NOI-RML-1739865/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, United States
 
Record
SN03804303-W 20150723/150721235033-0dec620e0007c1b61d0598622f94268a (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.