SOLICITATION NOTICE
66 -- Incucyte Zoom Microscope
- Notice Date
- 9/2/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services - Rockville, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001, United States
- ZIP Code
- 20857-0001
- Solicitation Number
- FDA-SOL-1151811
- Archive Date
- 9/24/2015
- Point of Contact
- Heather Kinsey, Phone: 2404027591
- E-Mail Address
-
heather.kinsey@fda.hhs.gov
(heather.kinsey@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Combine Solicitation FDA-SOL-1151811 This is a combined synopsis/solicitation for a microscope system BRAND NAME OR EQUAL TO the Incucyte Zoom Microscope, Plus a three (3) one year option agreement. This is for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. a. Solicitation Number FDA-SOL-1151811 is being issued as a Request for Quotation (RFQ). b. Provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, effective 3 August 2015 c. This procurement is a brand name or equal requirement, associated with NAICS Code 334516 and small business size employees 500. d. Item Description: Incucyte Zoom Microscope, Plus a three (3) one year option agreement. Statement of Work • The microscopic system shall include 4x, 10x, and 20x objectives. These objectives need to facilitate high definition imaging. • The microscopic imaging system shall operate from within a standard tissue culture incubator (equivalent to a Heracell240i CO2 incubator). The system shall be capable of capturing images without interacting with or removing cells from the incubator. A system that requires movement of samples from incubator to microscopic imaging system will not meet this requirement. The microscopic imaging system must be able to operate within the incubator. The microscopic imaging system must be capable of maintaining the samples at 37⁰C under 5% CO2. • System shall possess automated hands-free operation for periods up to 30 days and must be capable of automatically generating kinetic growth curves for cells. • The system shall have both high definition phase contrast optics and dual wavelength fluorescence optics optimized for both GFP and RFP. • The high definition optics shall image standard plastic 96 and 384 well tissue culture plates without any sidewall or meniscus effects. The system shall also be able to simultaneously monitor 6 culture plates of mixed "SBS Recommended Microplate Specification" format. • The microscope shall auto-locate and auto-focus for all positions imaged. Compatibility with standard tissue culture vessels is essential. Systems which require the use of any custom tissue culture vessel will not be acceptable. • Instrument shall include any software necessary to operate the unit and must include controller and other accessories needed to connect unit to network and FDA owned Windows 7 PC. • The system shall be compatible with the following vessels and the software shall contain imaging templates for: 384 well microplates, 96 well microplates, 48 well plates, 24 well plates, 12 well plates, 6 well plates, 92.6 sq. cm. Roboflask, 500 sq.cm. Tripleflask, 84 sq.cm. Autoflask, 225 sq.cm. flasks, 185 sq.cm. flasks, 182 sq.cm. flasks, 175 sq.cm. flasks, 162 sq.cm. flasks, 150 sq.cm. flasks, 75 sq.cm. flasks, 25 sq.cm. flasks, 35mm dishes, 60 mm dishes, 100mm dishes, 150mm dishes and multiple formats of cell culture microslides. • Warranty/Maintenance Agreement: Entire system shall be warranted for parts and labor for 12 months from date of acceptance, including one PM visit. Warranty service shall be equivalent to the maintenance agreement requested in the next section. • Option Year Maintenance Agreement: As part of this purchase, CVM seeks an option year maintenance agreement for three option years, beginning on the expiration of the warranty. This shall not obligate CVM to purchase the maintenance agreement. The specific requirements for this optional maintenance agreement are: a. Service contract coverage shall include trouble-shooting capabilities based on complete knowledge of the entire instrument, immediate access to certified replacement parts, and immediate access to improvements and new procedures provided by the original vendor and manufacturer. b. Service shall be provided by service engineers who are trained and certified by the original manufacturer of the instrument. Engineers shall have access to the manufacturer's latest technical developments, repair procedures, application updates, diagnostic software, and planned maintenance procedures. c. The contract shall enable the project officer or their designee to have access to the manufacturer's call center at regular business hours (8 am to 5 pm EST) for technical assistance, which is staffed by engineers who provide a high level of expertise for troubleshooting the instrument. d. The supplier shall be able to guarantee that a service engineer will be able to work on site within four business days of receiving a call from CVM. • One (1) preventative maintenance inspection shall be performed during the 12 - month period with all travel, labor, and parts included. This inspection shall -include routine preventative maintenance of the instrument, calibration, -electrical safety testing and any other preventative maintenance measures - deemed necessary by the vendor • All software updates to the scientific instrument and/or system software and related installation of such instrument updates and/or system software during the Agreement Term • Respond to requests for emergency on-site service and/or non-emergency requests (Monday-Friday, excluding vendor and Federal holidays) within 3 business days(72 hours). • Upon the on-site visit, the contractor shall assess the scientific equipment and determine if the repairs needed to the scientific equipment are covered under the current service maintenance agreement. If the repairs are not covered under the service maintenance agreement, the contractor shall submit a quote to the Government for review and approval or negotiation, which shall include travel costs, parts costs and labor costs. Turnaround time for an emergency or non-emergency on-site visit to completion of repairs shall not exceed 5 business days (120 hours).  For repairs up to $2,500, not covered by the Maintenance/Support Agreement, the Government shall pay the vendor (with proper Government approvals) with a Government Purchase Card  For repairs over $2,500, not covered by the Maintenance/Support Agreement, the Government will issue a Purchase Order for the repairs  repair work that is not covered by the Maintenance/Support Agreement shall not be initiated by the vendor unless the Government has given the vendor proper authorization a. One year warranty on all parts and labor b. Service Records and Reports: The vendor shall, commensurate with the completion of each service call, provide the end user of the equipment with a copy of the field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, on-site hours expended and parts/components replaced. In addition, the vendor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th workday following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. • Delivery/Installation: The vendor is responsible for delivery of the instrument to CVM's facility located at 8401 Muirkirk Road, Module II, Laurel, MD 20708. If the vendor is not installing on the day of delivery, the delivery shall be made to the loading dock and moved into location on the date of installation. The vendor is responsible for installation of the instrument. Delivery hours are 10AM-4PM, Monday-Friday. • Acceptance: The vendor will demonstrate upon installation that the item will meet all performance specifications by the manufacturer. The instrument will not be accepted until those performance specifications have been met. Sufficient initial training will be provided during installation such that CVM operators may independently operate the instrument and increase familiarity and proficiency. • Subsequent Training (after Installation and Acceptance): The proposal shall include an on-site multi-day training for multiple users (no more than 10 employees), covering instrument operation, data acquisition software, and basic instrument maintenance, after the instrument has been accepted and CVM operators have become familiar with the system. This training session will be arranged by CVM project officer. This multi-day training should be for 3-5 days. Line Item Description Quantity Price Total A Incucyte Zoom Microscope 1 B Delivery Charge/Installation 1 C Base Year Total D Option Agreement Year 1: 1 E Option Agreement Year 2: 1 F Option Agreement Year 3: 1 Grand Total e. FAR Provision 52.212-1 (Instructions to Offerors - Commercial Items) (APR 2014) applies to this acquisition. Para (k) requires current registration in SAM at https://www.sam.gov. f. FAR Provision 52.212-2 Evaluation - Commercial Items (OCT 2014) applies to this acquisition. Award will be made to the Lowest Priced Technically Acceptable Offeror whose quote provides sufficient detail to evaluate compliance with the solicitation It is the responsibility of all interested offerors to review this site frequently for any updates/ amendments that may occur during the solicitation process. The posting of this requirement does not obligate the Government to award a contract nor does it obligate the Government to pay for any proposal preparation costs. The Government reserves the right to cancel this procurement/ solicitation either before or after the solicitation closing date, with no obligation to the offeror by the Government. The Government will issue a contract to the responsible, responsive offeror, with acceptable past performance, submitting the lowest price. All prospective contractors must be registered in the System for Award Management in order to be eligible for contract award. For registration, go to www.sam.gov and follow the instructions. g. Quotations must include a completed copy of FAR Provision 52.212-3 (Offeror Representations and Certifications - Commercial Items) (MAR 2015). Electronic submission is located at https://www.sam.gov. h. This order will include the following referenced clauses which may be accessed electronically at http://farsite.hill.af.mil. FAR 52.212-4 (Contract Terms and Conditions-Commercial Items) (APR 2015) FAR 52.212-5 (Contract Terms and Conditions Required to Implement Statues Or Executive Orders-Commercial Items) (JULY 2014) FAR 52.219-8 (Utilization of Small Business Concerns and Small Disadvantage Business Concerns) (OCT 2014) FAR 52.232-33 (Payment by Electronic Funds-System for Award Management (JUL 2013) HHSAR 352.202-1 Definitions (JAN 2006) HHSAR 352.203-70 Anti-lobbying (JAN 2006) HHSAR 352.215-70 Late Proposals and Revisions (JAN 2006) HHSAR 352.233-71 Litigation and Claims (JAN 2006) HHSAR 352.242-73 Withholding of Contract Payments (JAN 2006) j. QUOTATIONS ARE DUE BY 12:00PM Eastern Standard Time on 9 September 2015 in order to be considered. Send quotation responses to Heather Kinsey @ Heather.Kinsey@fda.hhs.gov. Assistance or questions about this announcement may be sent to the above email.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-1151811/listing.html)
- Place of Performance
- Address: laurel, Maryland, 20708, United States
- Zip Code: 20708
- Zip Code: 20708
- Record
- SN03868013-W 20150904/150902235815-35e0f1f3eb26f5d9cb74962319d8c8e3 (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 |