Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOLICITATION NOTICE

66 -- High Performance Robotic Workstation for NCATS

Notice Date
9/10/2015
 
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-15-862
 
Archive Date
10/2/2015
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
High Performance Robotic Workstation for NCATS Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-15-862 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-862 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 unrestricted and available for full and open competition. 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-84, dated September 3, 2015. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Health (NIH) National Center for the Advancement of Translational Science (NCATS) performs numerous high throughput assays annually and has a need to consolidate assay development, miniaturization applicability, and adaptation. To meet this need, NCATS is creating a facility to provide a collaborative instrumentation resource for NCATS researchers. NCATS requires a high performance robotic workstation to be utilized in this facility. Purpose The purpose of this requirement is acquisition of a high performance robotic workstation to facilitate assay development and technology evaluation projects. The equipment shall be used as a collaborative resource to provide extramural and intramural NCATS researchers with access to assay development support. Project Requirements The NCATS robotic workstation requires one (1) high performance robotic arm with four (4) ambient storage hotels, one (1) incubator and one (1) software scheduler as follows: A. The high performance robotic arm with four ambient storage hotels must meet the following requirements: 1. The robotic arm must offer a 360 degree rotation, 4-axis Selective Compliance Articulated Robot Arm (SCARA) with integrated vision-assisted teaching and barcode reading. 2. The robotic arm must be equipped with a location verification procedure that inspects all nest locations prior to a run and automatically correct minor location discrepancies. 3. The robotic arm must handle most Society for Biomolecular Sciences (SBS) conforming plates in either portrait or landscape orientation and have plate detection during grip. 4. The robotic arm must have an integrated emergency stop and be in accordance with Category 3 safety standards. 5. The robotic arm must have collision detection and recovery and be able to retain control of the plate when the arm loses power. 6. The robotic arm must be able to access microplates via random access storage or via sequential access storage. 7. The robotic arm must have a radius (reach) of at least +/- 597 mm with an overall height of less than or equal to 800 mm and a payload of 250 g. 8. The robotic arm must be able to operate in an environment between 15 °C - 40 °C. 9. The robotic arm must have the proven ability to lid/de-lid plates with stainless steel assay plate lids. 10. The ambient storage hotels must allow random access storage and retrieval for at least 15 plates/hotel. 11. The ambient storage system must allow for expansion with a maximum capacity of 180 plates. 12. The ambient storage hotels must be able to store plates with stainless steel assay plate lids. B. The incubator must meet the following requirements: 1. The incubator must allow storage for up to 280 microplates. 2. The incubator must have an access time of 5 - 9 seconds. This is imperative in high throughput screening as each plate is usually accessed multiple times throughout the course of an assay. 3. The incubator must use a sterilized internal water source and micro particle filter technology to minimize contamination risk. 4. The incubator must have a temperature range of 8 °C - 50 °C with humidity capable up to 98%. 5. The incubator must have a barcode reader that allows for random access storage. 6. The incubator must have a backlit LCD display with read-out messaging and warning alerts should optimum conditions falter. 7. The incubator must have a standard transfer station with a sensor for plate detection. 8. The incubator must have a small access opening to limit temperature fluctuations resulting in excellent temperature stability. 9. The incubator must have the ability to incubate plates with stainless steel assay plate lids. C. The scheduling software must meet the following requirements: 1. The scheduling software must have drivers readily available for over 200 instruments to ensure compatibility with commonly used laboratory equipment. 2. The scheduling software must have the ability to run more than 40 robots or plate movers simultaneously as well as over 50 instruments on a single license. 3. The scheduling software must be able to simulate a run and forecast how long it will take based on batch size within five minutes on a per-step basis and within one hour on a per-run basis. 4. The scheduling software must be able to run continuously for at least a 2 week period without the need for stopping or reinitializing the system. 5. The scheduling software must be able to continuously add plates/new methods to a live running system without pausing the current run. 6. The scheduling software must have robust error monitoring, recovery and control. This includes active deadlock management and resolution capability, operator contact via email/text on system errors and easy to read options for each and every error condition. 7. The scheduling software must include an intuitive graphical drag and drop workflow designer capable of defining processes with variable based decision steps and integrated data events. 8. This scheduling software must provide a common teach environment that supports multiple robots from multiple vendors which means unlimited potential for upgrades and expansion. 9. The scheduling software must have the ability to schedule variable based decision steps and integrate data events that would induce a dynamic change to the workflow. 10. The scheduling software must contain a software developer's kit that allows users to integrate new instruments and support complete systems with standardized software and hardware tools. 11. The scheduling software must allow the user to run multiple methods simultaneously and interleave the methods for most efficient use of instruments and throughput of samples. 12. The scheduling software must have "attended" and "un-attended" operation modes, which provides situation dependent automatic responses to continue the run in case of missing sample, barcodes and instrument failures. Delivery Requirements/Period of Performance The Contractor shall deliver and install the required equipment within ninety (90) days after receipt of order. Delivery shall be on a F.O.B Destination basis. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Rockville, MD local prevailing time, Monday through Friday. Contract Type The Government intends to issue a firm fixed price contract for this requirement. Invoicing shall be on a NET30 basis after goods are accepted. Milestone invoicing may be considered. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 09/14/2015 at 12:00 PM Noon EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. 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. FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4. 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. 5. 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. 6. 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 lowest price technically acceptable. Technical acceptability shall be based on the following: 1. The Contractor must meet or exceed each of the project requirements detailed in this solicitation. 2. The Contractor must be able to meet or exceed the delivery schedule requirement (delivery and installation within 90 days or less). 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 twenty single-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-15-862. 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-15-862/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03880521-W 20150912/150911000505-062e412418a9c77354747f8756a0fa47 (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.