Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 19, 2015 FBO #5048
SOLICITATION NOTICE

66 -- High Performance Laser Marker

Notice Date
9/17/2015
 
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)-15-889
 
Archive Date
10/8/2015
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION 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)-15-889 and the solicitation is issued as a request for quote (RFQ). 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 documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-84 effective September 3, 2015. This acquisition is unrestricted. The associated NAICS code 334516 and the small business size standard 500. STATEMENT OF OBJECTIVES The purpose of this requirement is acquisition of a high laser marker to ensure sample traceability. Title: High Performance Laser Marker The National Institutes of Health National Center for the Advancement of Translational Science performs numerous High Throughput Assays annually. These screens coupled with the assay development process require a constant usage of well plates of various densities, most commonly 96, 384 or 1536 wells. To ensure traceability of every sample in every well, barcoding these plates is of critical importance, with every barcode acting as the unique identifier. Another critical function of the barcode is to ensure the plates are handled properly on several of the automated High Throughput Screening systems at the institute. Depending upon the numerical range of the barcode, a different offset is applied to the z-axis moves of these robotic systems to ensure the proper height is used when picking and placing a plate up in an automated fashion. Without this z-axis offset, it would be impossible to run the variety of plate types required for groups to run different experiments to fulfill their research goals. Overall, having barcodes on these plates is of critical importance to the institute. Scope of Work NCATS requires one high performance laser marker that meets the following requirements: 1.The laser marker must have an average power equal to or greater than 25 watts. 2.The laser marker must have a high peak power of 200 kW to minimize the effect of heat transfer when marking resins or plastics. 3.The laser marker must have auto-focus 3-axis control. This allows the laser marker to programmatically adjust the focal distance to support marking on 3D shapes such as cylindrical tubes as opposed to only 2D flat surfaces. 4.The laser marker must have a built-in camera to measure the appropriate focal distance without having to make any mechanical adjustments to the distance of the device to the part to be marked. 5.The built-in camera must also have the ability to automatically read and verify both 1 and 2D barcodes. This allows immediate verification that a part was marked correctly when printed barcodes, which will be the primary function of this device for NCATS. 6.The laser marker must have a marking area over 330 mm x 330 mm. This larger working area will allow NCATS to place more parts in the work space at once; allowing the total marking time for a batch take substantially shorter. 7.The laser marker must have the ability to have a variable beam spot size and de-focusing. This technique assists in the accurate marking of resins and plastics to prevent part damage or marking distortion. 8.The laser marker must have mounting position correction. Once the head is installed, this feature eliminates the need for manual adjustment when new parts are placed inside the unit to be marked. This is an important feature given that a variety of part types will be marked using the device and it would be time consuming and lead to inaccuracies if a physical adjustment was required every time a different part was to be marked. Contract Type: A firm fixed price purchase order is anticipated. Period of Performance/Delivery Requirements: The Contractor shall deliver and install the required equipment within eight (8) weeks after receipt of order on approximately December 1, 2015. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Place of Performance: The required equipment shall be delivered and installed at the NCATS facility at 9800 Medical Center Drive, Rockville, MD 20850 for delivery and set-up. The contractor shall use the Building 49 loading dock for delivery. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will award a delivery 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 that meet or exceed the requirements described herein. 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. The Government shall particularly evaluate ability to meet delivery and installation schedule requirements. Quotations must include a delivery lead time. Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of Provision) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product. 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. 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. All responses must be received by September 23, 2015, 8:00 am EST and must reference number HHS-NIH-NIDA-(SSSA)-15-889. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-(SSSA)-15-889/listing.html)
 
Place of Performance
Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03892213-W 20150919/150918000705-0aded201e04f7b01c694a9a662bb51f4 (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.