SOLICITATION NOTICE
66 -- High Performance Slam Freezing Apparatus
- Notice Date
- 6/14/2016
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-16-390
- Archive Date
- 7/8/2016
- 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 Slam Freezing Apparatus Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-390 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 and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-390 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 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 2005-88, dated May 16, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) Laboratory of Neurobiology core mission involves studying the mechanisms of synaptic transmission in the nervous system. Understanding these mechanisms relies heavily on the ability to freeze samples without destructive ice formation. The NINDS Laboratory of Neurobiology therefore utilizes slam-freezing technology to meet the needs of the program. Purpose The purpose of this requirement is acquisition of a high performance slam freezing apparatus to freeze nerve cells for electron microscopy efforts undertaken in NINDS Laboratory of Neurobiology Laboratory protocols. Project Requirements The NINDS Laboratory of Neurobiology Section requires one (1) slam freezing apparatus that meets the following requirements: 1.The apparatus shall cryo-fix small neurobiological samples (1-3mm in size), composed of living tissues freshly dissected from experimental animals or living tissue-cultures of nerves prepared in the Lab. 2.The apparatus must be capable of repeatedly performing metal mirror cryo-fixation of cells and/or tissue samples. 3.The apparatus must include a cold block (sapphire or copper) cooled by liquid nitrogen and a spring-loaded arm to hold a sample above the cold block and in proper position to drive the sample quickly and with appropriate force against the cold block. 4.The apparatus's cold block must be able to be cooled with liquid nitrogen, which will be stored in an adjacent reservoir and connected to the freezing machine by a properly insulated hose. 5.The freezing-chamber of the apparatus must be able to operate at temperatures from +25ºC to -200°C, and must be able to hold a pure copper or sapphire cold-block with a mirror finish. 6.The apparatus must offer a cool-down mode which initiates liquid nitrogen flow to chill the cryo-block to a temperature below -175°C. A user must be able to then activate the freezing cycle, at this time. 7.The apparatus must include a means to remove the copper or sapphire freezing-block after each use, so that it can be warmed and cleaned, then promptly re-inserted for initiation of the next freezing event. 8.The apparatus must be equipped with adjustable switches on the drop-arm that can be used to provide accurately timed pulses of light or electricity, in the moments or milliseconds just before freezing. 9.The apparatus-chamber, piston-head and specimen-holder must be able to accommodate the aforementioned samples on standard 1 centimeter diameter aluminum holders with tabs, to properly support them during subsequent procedures required for entering them into the electron microscope. 10.The apparatus must come with six (6) specimen-holders. Delivery Requirements/Period of Performance The Contractor shall deliver the equipment within eight (8) weeks after receipt of order. The equipment shall be delivered between the hours of 8:00 AM to 5:00 PM, Bethesda, MD local prevailing time, Monday through Friday. Delivery should be "inside delivery" to 49 Convent Drive, Room 3A71, Bethesda, MD 20892. The Contractor shall provide for any shipping and delivery costs in its quotation and the apparatus must be shipped pre-assembled and ready to use so no training or installation is required. Place of Performance The required equipment shall be delivered at the NIH Main Campus, Building 49, 49 Convent Drive, Room 3A71, Bethesda, MD 20892 for delivery and set-up. The contractor shall use the Building 49 loading dock for delivery. Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). 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 (20) 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." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. RESPONSES MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE QUOTATION. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL RESPONSE ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE QUOTAITON SHALL NOT BE CONSIDERED. EVALUATION CRITERIA The Government will award a purchase order 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 confirm the ability to meet or exceed the period of performance/delivery and installation requirements. (Delivery and installation within 8 weeks or less). The quotation must include a delivery lead time. 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 (March 2016) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 7.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." CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. 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; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-390. 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-16-390/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04149774-W 20160616/160614235425-852c22194985805c593ab2adfd97fa85 (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 |