Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 20, 2015 FBO #5049
SOLICITATION NOTICE

66 -- Microplate Consumables (Robotic Well Plates)

Notice Date
9/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product 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-2015-902
 
Archive Date
9/25/2016
 
Point of Contact
Debra C. Hawkins, Phone: 3015942178
 
E-Mail Address
Debra.Hawkins@nih.gov
(Debra.Hawkins@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis-solicitation for commercial items or services 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-902 and the solicitation is issued as a request for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Subpart 13.5—Test Program for Certain Commercial Items and FAR Part 15 —Contracting by Negotiation in amounts greater than the simplified acquisition threshold ($150,000) but not exceeding $6.5 million (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83, dated August 3, 2015. (iv) The associated NAICS code for this requirement is NAICS 326199—All Other Plastics Products Manufacturing, Size Standard of 750 Employees. (v) Microplate Consumables (Robotic Well Plates) (vi) Background The National Center for Advancing Translational Sciences (NCATS) is the newest of 27 Institutes and Centers (ICs) at the National Institutes of Health (NIH). NCATS was established in December 2011 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. The mission of the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. This requirement is for Microplate Consumables (Robotic Well Plates) to be used on multiple robotic screening systems currently in use in NCATS research for assay optimization and validation. NCATS’ provides screening, identification and distribution to the NIH research community small molecule compounds, and data on their activities, to accelerate translation of the completed human genome into advancements in human health. NCATS has a repository of up to 500,000 - 1,000,000 chemical compounds, assay development capacity, robotic compound screening, and termed high throughput screening (HTS), medicinal chemistry to transform ‘hits’ identified by HTS into workable chemical probes, chem-informatics capacity for data mining and virtual screening; and distribution capacity to efficiently disseminate the reagents to the biomedical research community. A. Purpose or Objective of the Requirement The purpose of this requirement is to purchase microplate consumables for use on several robotic screening platforms throughout NCATS. These include the Kalypsys primary screening robot, the Tox 21 toxicology profiling robot and the Agilent BioCel system used for the RNAi group. In addition to these screening systems, several of the plates required will be used in the Sartorius SelecT automated tissue culture system. B. Scope of Work All plates and consumables shall be commercially available and compatible with and optimally perform in the NCATS Robotic Systems and must meet the following specific characteristics: 1. Wells : A microtiter plate refers to a plate that can hold a certain number of samples at a time; similar to a small petri dish but instead of a dish in which you would perform one experiment at a time, by adding additional wells you can run multiple experiments simultaneously within the same plate. So typically the first characteristic of a microplate that will be specified is the well density, simply meaning the number of wells the plate has. The Plate’s well densities are 6, 24, 96, 384 and 1536. 2. Color: The plates requested will typically be clear, white or black, with the main difference between them being their reflective properties. White plates reflect light and will maximize light output when performing a measurement, while black plates absorb light and reduce background noise and crosstalk between wells. Because of this, white plates are typically used for luminescent assays and black plates are used for fluorescent assays. Clear plates are typically used in applications where no measurement will be made directly in a plate, such as a plate used to only store sample. 3. Bottom: This refers to the bottom style of the plates being requested, either clear or solid. Clear bottom plates are used typically for microscopy imaging applications or absorbance measurements, with a solid bottom being used otherwise for other detection modes, such as luminescence, fluorescence and a variety of others. 4. Base: This is either low or high, and refers to the base style of the plate which dictates the bottom profile of the wells area of the plate relative to the side skirt. For Low Base plates, the bottom of the wells area is nearly as low as the skirt of the plate, making it idea for imaging based applications such as bottom reading microscopy. For High Base plates the bottom of the well area is higher than the depth of the side skirt. 5. Treated: Plates can either be tissue culture treated or not, depending upon the samples to be added to the wells. For cell based experiments plates are typically treated, with no treatment otherwise. 6. Binding : This refers to the binding of the plate surface which will assist in ensuring that samples that are added to the plate will adhere to the bottom. This can either be low, medium (mid) or high, and the selection is made based upon the samples undergoing study in the plate. 7. Coating: This refers to the plate being coated or not with a variety of treatments. These are typically used for cell based assays that require additional substances to assist in getting the cells to adhere or grow properly in a plate environment. 8. Barcode: To allow sample traceability, it is common that each individual plate be given a unique barcode to assist in sample tracking; these plates will all require barcodes. For our screening systems, a particular barcode style must be met. All plates will require two barcodes, one on each short side of the plate. This barcode will be 8 total characters long, with the leading first character being an alphabetical letter, and the trailing 7 characters being numeric. For the A1 short side of the plate the number will always be odd, and for the opposite short side the plate number will always be even given that it is same number as the odd side + 1. For example, if the A1 short side of the plate barcode is A1000001, the opposite side will have the barcode of A1000002. 9. Materials: All plates specified in this solicitation must be medical grade polystyrene, polypropylene or cyclic olefin co-polymer (COC). There should be no additional binders, mold-release agents or heavy metals that can impact sample integrity. The materials used coupled with the plate mold and manufacturing technique can have a profound impact on data quality and are therefore of critical importance. Plates that have shown the tendency to introduce artifacts into data will not be considered. 10. Robotic System Compatibility: Only plates that are capable of being run on our screening systems will be given consideration. There are two primary factors that determine compatibility; the flange style of the plate and the support ribs underneath the plate that run along the base of the plate and connect to the outer wall. The flange of the plate must be low; the design of our robotic grippers on our screening platform is such that when it grips the plate it does so along the flange of the plate, creating a dovetail joint. This ensures that our robotic system has a solid grip and will never drop a plate. Secondly, several support ribs on the underside of the plate are removed so that they can be properly placed on pin support plate nests that are present on several of the peripheral devices on our screening systems. Without the removal of these support ribs the plates will not rest properly and the peripheral devices will not perform correctly. All plates must be GNF/Wako (formerly Kalypsys) certified to be given consideration. The only plates given exception to this will be lower well density plates to be used on the Sartorius SelecT automated tissue culture system, but these plates must be certified and qualified for use by Sartorius to work on their system. C. This requirement includes the purchase of the following contract line items: Greiner Bio-One North America, Inc. 4238 Capital Drive, Monroe, NC 28110-7681 Microplate Consumables (Robotic Well Plates) brand-name or equal: 1. Part number: 789173-F ; Description: 1536W, PS, WHT, TC, ST, BARCODE; Quantity: 150 cases, sixty (60) each per case. 2. Part number: 789092-F ; Description: 1536W, PS, BLK/CLR, ST, TC, 2BRCDS; Quantity: 80 cases, sixty (60) each per case. 3. Part number: 789175-F ; Description: 1536W, PS, WHITE, MEDBIND; Quantity: 120 cases, sixty (60) each per case. 4. Part number: 789178-F ; Description: 1536W, PS, BLK, ST, TC, 2BARCODES; Quantity: 40 cases, sixty (60) each per case. 5. Part number: 789076-F ; Description: 1536W, HBASE, MEDBIND, BARCODE, BLK; Quantity: 20 cases, sixty (60) each per case. 6. Part number: 789270-C ; Description: GNF Divisions 1536W, PPN Storage Plate, w/ 2 Custom Barcode Labels; Quantity: 100 cases, sixty (60) each per case. 7. Part number: 781091-2B; Description: 384W, PS, TC, ST, BLK/uCLEAR, BARCODE; Quantity: 25 cases. 8. Part number: 789176-F; Description: 1536W, PS, HiBase, BLK, Medium Binding, w/ 2 Custom Barcodes; Quantity: 125 cases. 9. Part number 784201-1B; Description: CUSTOM 384 DEEPWELL SV PP, CLR, 1 BC/PLATE; Quantity: 75 cases. Edition Eight, LLC. 806 2 nd Street E, Whitefish MT 59937-2606 Microplate Consumables (Robotic Well Plates) brand-name or equal: 10. Part Number: 1B1-21000; Description: 1536 LoBase SQ Well Assay/Storage Plates Black Film-Bottom, 2 Bar-Code Labels, TC-treated, No Lids, Non-Sterile; Quantity: 75 cases, sixty (60) per case. 11. Part number: 2W0-21000; Description: 1536 Hi Base SQ Well Assay/Storage Plates White Solid-Bottom, 2 Bar-Code Labels, TC-treated, No Lids, Non-Sterile; Quantity: 60 cases, sixty (60) per case. 12. Part number: 2B1-20000; Description: 1536 Hi Base SQ Well Assay/Storage Plates Black Film-Bottom, 2 Bar-Code Labels, Non-treated, No Lids, Non-Sterile; Quantity: 38 cases, sixty (60) per case. Corning, Inc., One Science Center Drive, Corning, NY 14831-0001 Microplate Consumables (Robotic Well Plates) brand-name or equal: 13. Part number: 3830*; Description: PLATE, 384WL, SPHEROID, BLK CLR R 50 plates per case; Quantity: 30 cases. 14. Part number: 7462*; Description: PLT, NIH, 384W, WHITE, LOW FLANGE; Quantity: 200 cases. 15. Part Number: 7464; Description: PLT, NIH, 1536WL, WHT, KALYPSYS, TC Barcode; Quantity: 353 cases. (vii) The Microplate Consumables (Robotic Well Plates) shall be delivered to the National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive, Rockville, MD 20850. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors – Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation – Commercial Items applies to this acquisition. Selection of an offeror for award will be on the basis of lowest price technically acceptable quote meeting the government’s essential features as described herein. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. The Government will award a purchase 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. Responses to this solicitation must include sufficient information to establish the interested parties’ bona-fide capabilities of providing the product or service. In addition, responses must include clear and convincing evidence of the offeror’s capability of fulfilling the requirement as it relates to the salient characteristics. The response should be practical, clear, and concise; should use quantitative terms whenever possible; should avoid qualitative adjectives; and should comprehensively address the requirements of this solicitation. Assumptions, conditions, or exceptions with any of the terms and conditions of this solicitation must be noted. If not noted, the Government will assume that no assumptions, conditions, or exceptions are made and the offeror agrees to comply with all of the terms and conditions as set forth in the solicitation. Information requested herein must be furnished in writing fully and completely in compliance with the solicitation. The information requested and the manner of submittal is essential to permit prompt evaluation of all offers on a fair and uniform basis. Simple statements of compliance (i.e., “understood”; “will comply”) or phrases such as “standard procedures will be used” or “well known techniques will be utilized” and other generalities, without the detailed description of how compliance will be met, may not be considered sufficient evidence that the proposal can technically meet the project requirements. Accordingly, any response in which material information requested is not furnished or where indirect or incomplete answers or information are provided may be considered not acceptable. 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. (x) The provision at FAR clause 52.212-3, Offeror Representations and Certifications – Commercial Items, applies to this acquisition. (xi) FAR clause at 52.212-4, Contract Terms and Conditions – Commercial Items, applies to this acquisition. An addendum to FAR clause 52.212-4, Contract Terms and Conditions—Commercial Items applies to this acquisition. The addendum includes (1) FAR Clause 52.216-27 Single or Multiple Awards (October 1995)—The Government may elect to award a single task- delivery order or contract or to award multiple task-delivery order or contracts for the same or similar supplies or services to two or more sources under this solicitation. (End of provision) (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders–Commercial Items, applies to this acquisition. (xiii) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) Offers must be received electronically to Debra C. Hawkins at debra.hawkins@nih.gov on or before 12:00 PM (EST) on September 25, 2015. Facsimile submissions are not authorized and collect calls will not be accepted. Please reference the solicitation number HHS-NIH-NIDA-SSSA-CSS-2015-902 on your offer. (xvi) Requests for information concerning this requirement are to be addressed to Debra C. Hawkins via e-mail only to debra.hawkins@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2015-902/listing.html)
 
Record
SN03893882-W 20150920/150918235737-ea66ca956b3a6715d6c2a706575ff7f5 (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.