Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2016 FBO #5357
SOLICITATION NOTICE

66 -- Brand Name or Equal Automated Liquid Handling Robotics System

Notice Date
7/22/2016
 
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-16-515
 
Archive Date
8/17/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name or Equal Automated Liquid Handling Robotics System Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-515 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-16-515 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 1000 Employees. SET-ASIDE STATUS This acquisition is 100% set aside for small businesses. 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 2005-88-1, dated June 15, 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) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Neuro Therapeutics Development Unit (NTDU) provides a resource for investigators at INDS and other NIH Institutes to develop neuroprotective and neuro generative therapeutics entities. A significant part of this work includes development of cell based assays to identify, evaluate and characterize potential agents as possible treatments for neurological disorders. To do this, the NINDS NTDU requires an automated liquid handling robotic system. Purpose The purpose of this acquisition is to procure an Automated Liquid Handling Robotics System to pipet drug substances into assay plates, create compound dilution plates for assays, create new compound plates for drug screening and to set up serial dilutions in order to evaluate new compounds in dose response fashion for the Neuro Therapeutics Development Unit. This requirement is being competed on a brand name or equal basis. Project Requirements The Contractor shall provide the NINDS Neuro Therapeutics Development Unit with one (1) Biomek NXP Multichannel system [Biomek Part Numbers: A311841, 719715, B40917, 719368, 719356, 719948, 719347, 719357] or EQUAL as follows: a.The system must contain both 96 and 384 well pipetting capacity to generate new chemical compound plates, create compound dilution plates and transfer media and chemicals to assay plates to complete compound screening assays. b.The system must dispense and sample liquids into both 96 well and 384 well compound plates, or small vials set up in a manner similar to a 96 well plate. These plates may be used for archival storage of chemical compounds, creation of replicate daughter plates of the original plates, or plates used in the neurotoxicity screening assays. c.The system must have an automated pipetting system with the ability to process 1uL to 100uL volumes for at least two pipetting pods. d.The system must have the ability to feed samples into heating and cooling systems for thermal cycling and shaking systems. e. The system must have a robotic arm that allows for a user to program a device to manipulate external labware. f.The system must have capacity to protect samples from possible laboratory pollutants as well as track and identify all samples. g.The system must include a Windows 7 based controller, a 200 uL 96 tip pipet head, a 30 uL 384 tip pipet head, a tip loader, a 4x3 automated labware positioner (ALP), and a 1x1 ALP. h.The system must at a maximum, must not exceed 36 inches wide, 32 inches deep and 44 inches high. Reconditioned equipment is acceptable as long as Contactor provides a certificate from an Original Equipment Manufacturers (OEM) Technician that indicates the equipment's condition and the equipment OEM service records. Warranty Requirements: The Contractor shall provide a one (1) year warranty on all equipment, parts and labor. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide a certified OEM technician within 24 hours of being contacted by the Government to perform a repair during the warranty period. Equipment Training Requirements: The Contractor shall provide on-site training on use of the equipment to the Government following installation. Training shall be for up to five (5) individuals over one (1) day period for duration of at least eight (8) or more hours. The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform training. Delivery Requirements/Period of Performance: The overall period of performance for this requirement shall be nine (9) weeks. The contractor shall deliver and install the equipment within sixty (60) days after receipt of order. Delivery must be FOB Destination and delivery must be performed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The contractor shall provide on-site training within one week (1) week of equipment delivery. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Contractor shall provide an OEM technician to perform installation and training. Place of Performance: The place of performance shall be the National Institutes of Health, NINDS, 10 Convent Drive, Building 10, Room 7C-213, Bethesda, MD 20892-4478 USA. 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 thirty (30) 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." 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.Contractor must meet or exceed each of the project requirements detailed in this solicitation. New and reconditioned equipment shall be evaluated in same manner. 2.Contractor proposal must include a one (1) year warranty, inclusive of an OEM technician being provided within a 24 hour period to perform repair(s). 3.Contractor must affirm the ability to meet or exceed the period of performance requirement for delivery and installation within one (1) week after Contractor receipt of order and training within 1 week after installation. 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-16-515. 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-16-515/listing.html)
 
Record
SN04193421-W 20160724/160722234822-55a87a8f287ca7912cf2d0ef919fa041 (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.