Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 03, 2015 FBO #5032
SOLICITATION NOTICE

B -- Solid phase extraction robot (with associated racks and compatible SLE columns and plates)

Notice Date
9/1/2015
 
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-15-704
 
Archive Date
9/24/2015
 
Point of Contact
Farrin Stanton, , ,
 
E-Mail Address
farrin.stanton@nih.gov, farrin.stanton@nih.gov
(farrin.stanton@nih.gov, farrin.stanton@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The Solicitation Number for this acquisition is HHS-NIH-NIDA-SSSA-CSS-15-704 and the solicitation is being issued as a Request for Proposal (RFP). THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. SET ASIDE STATUS This is total small business set aside. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The North American Industry Classification System (NAICS) Code for this procurement is 334516( Analytical Laboratory Instrument Manufacturing) and the Small Business Size Standard is 500 employees. 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 August 5, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The mission of the Intramural Research Program (IRP) of the National Institute on Drug Abuse (NIDA) is to conduct state-of-the-art research on basic mechanisms that underlie drug abuse and addiction, and to develop new methods for the treatment of drug abuse and addiction. Research is supported at the molecular, genetic, cellular, animal, and clinical levels and is conceptually integrated, highly innovative, and focused on major problems in the field. The long-term goal of the research is to better understand the biological and behavioral factors contributing to initiation, maintenance, and elimination of drug abuse and addiction (and associated diseases), and to translate this knowledge into improved strategies for preventing, treating, and reducing the negative consequences for the individual and for society caused by drug abuse and addiction. Purchase Description Generic Name of Product (e.g., freezer, microscope, cell sorter, etc.) : Solid phase extraction robot (with associated racks and compatible SLE columns and plates), 96-well plate extraction manifold and 96-well plate concentrator/evaporator The Government conducts clinical and pre-clinical drug administration studies for evaluating pharmacokinetics and pharmacodynamics. These studies require developing and validating analytical methods for quantitatively measuring drugs and their metabolites in various matrices collected during our studies including blood, urine, oral fluid, sweat, breath and meconium. Extensive sample preparation/extraction is required for each sample matrix to enable required analytical sensitivity during liquid chromatography tandem mass spectrometry analysis. Furthermore, sample preparation/extraction is critical to minimize analytical instrument contamination and downtime. Currently, all sample preparation/extraction is conducted manually and is three to five employees’ full-time efforts. The Government requires a solid phase extraction/supported liquid-liquid extraction robot to enable automation of required sample preparation/extraction efforts to increase our research efficiency. The contractor shall supply an extraction robot that shall: - employ positive pressure extraction and be capable of employing 96-well plates, 96-well plates, 1, 3 and 6 mL extraction columns. - be purpose-built for solid phase extraction/supported liquid-liquid extraction and employ simplified programming for solid phase extraction and supported liquid-liquid extraction. - provide a dropdown menu for selecting various conditioning, wash and elution steps should be employed by the robot software to include appropriate pipet settings for various solvent types (aqueous buffers and organic solvent mixtures). - provide positive pressure should be employed for in order for extraction to provide better extraction control and better sample-to-sample variability when extracting complex matrices such as whole blood and meconium. - The system should employ replaceable/disposable tips to minimize potential carryover between samples. - provide a vacuum waste removal system and compatible racks for holding 48 and 96-well plates; 1, 3 and 6 mL columns. - be capable of extracting entire 48-well and 96-well plates along with (24) 1, 3 and 6 mL columns in a single batch to accommodate the Government’s sample throughput requirements. - provide racks for holding 13x100, 16x100, 12x75 and 18x75mm tubes. - provide with 11,000 replaceable/disposable pipet tips, (50) 2 mL 96-well collection plates and (100) 5 mL 48-well collection plates. - Include 1 year maintenance coverage. The following parts/materials shall be provided: - Biotage Extrahera - Configuration Kit 96 Positions - Vacuum pump ME1C - Column Rack 96 x1 mL(tables) - Colum Rack 24 x 3 ML - 100ul Clear Tips, 960 tips box - Column Rack 24 x 6mL (tables) - Sample Rack 16 x 100mm 24 positions - Sample rack 13x100 mm 24 positions - Collection rack 12 x 75 mm 24 positions - Collection rack 18 x 75 mm 24 positions - Collection plate, 5 mL, 48-well (pk/20) 5. PACKAGING, MARKING AND SHIPPING a. All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. Delivery Requirements/Period of Performance. The equipment should be delivered within 60 days of contract award. The contractor shall provide a 12 month maintenance agreement from the date the equipment is installed. Inspection and acceptance will be performed at: Room BRC 05A729, Chemistry and Drug Metabolism, NIDA-IRP, NIH, Biomedical Research Center, 251 Bayview Blvd, Baltimore, MD 21224, Contract Type The Government intends to issue a firm fixed price contract for this requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 5. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." 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 contract 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 (80 points) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. Factor 2: Deliverables (20 Points) The Offer shall detail in its technical proposal how it shall meet the requirements of the deliverables. AWARD CRITERIA a. The acceptability of the technical portion of each contract offer will be evaluated by a technical review committee. The committee will evaluate each offer in strict conformity with the evaluation criteria of the solicitation. The committee may suggest that the Contracting Officer request clarifying information from an offeror. b. The business portion of each contract offer will be evaluated for reasonableness of the Offeror's firm to supply the services required. c. The selection for award will be based on the offer that proposes the best value to the Government. Potential for Award Without Discussions The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial prices are fair and reasonable and that discussions are not necessary. Contracting Officer's Representative A Contracting Officer's Representative (COR) will be identified at time of award. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; or (5) otherwise change any terms and conditions of this contract. The Government may unilaterally change its COTR designation. Reporting Matters Involving Fraud, Waste and Abuse Anyone who becomes aware of the existence or apparent fraud, waste and abuse in NIH funded programs is encouraged to report such matters to the HHS Inspector general's Office in writing or the Inspector general's hotline. The toll free number is 1-800-HHS- TIPS (1-800-447-8477). All telephone calls will be handled confidentially. The email address is Htips@os.dhhs.gov and the mailing address is: Office of the Inspector general Department of Health and Human Services TIPS HOTLINE PO Box 23489 Washington, DC 20026 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 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten-sided 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 or Origin), 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-15-704. Responses shall be submitted electronically via email to Farrin Stanton, Contract Specialist, at Farrin.Stanton@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-15-704 /listing.html)
 
Place of Performance
Address: 31 Center Drive, Suite 1B59, Bethesda, Maryland, 20879, United States
Zip Code: 20879
 
Record
SN03865314-W 20150903/150901235321-cfdea368dcf0af64cd1a00f2354715be (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.