Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 24, 2016 FBO #5388
SOLICITATION NOTICE

66 -- Acquisition of a Brand Name or Equal autoMACS Pro Cell Separator

Notice Date
8/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC62655-57
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
reyes.rodriguez@nih.gov
(reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
The NCI/DCEG/Laboratory of Translational Genetics plans to procure a Brand Name or Equal autoMACS Pro Cell Separator. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62655-57 includes all applicable provisions and clauses in effect through FAR FAC 2005-89 (July 2016) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The NCI/CCR/TGIB has the need to replace an outdated instrumentation so that the lab can continue automated Magnetic Separation for reproducibly in the isolation of specific sub-populations of cells from larger heterogeneous populations using 50nm diameter super paramagnetic MicroBeads and column technology. Automated cell isolation system with pre-programmed isolation protocols for reproducibility. Samples processed are collected from clinical trials and these precious patient samples must be handled the same way each time which is why automation is required to avoid user variations. Study effect of tumor development and tumor-specific treatment on immune response in cancer patients are conducted to identify tumor suppressor mechanisms with a special focus on new pathways to target these inhibitory mechanisms. I. Description of Contractor Requirements The Contractor shall meet the following salient characteristics: Equipment Specifications • Automated cell isolation system with pre-programmed isolation protocols and an integrated computer with a high resolution touch screen 
 • System uses 50nm diameter super-paramagnetic MicroBeads (Iron) coated with a polysaccharide and present in 
a colloidal suspension. 
 • Separation time of 3-10 minutes, depending on the separation program 
 • Input volume of 100μl to 50 ml 
 • Automated system cleaning 
 • 0.6 Tesla magnet 
 • Super-paramagnetic matrix coated in pre-sterilized bio-Teflon, held in a reusable column over a 2- 
week period for up to 100 separations 
 • Technique capable of 99% depletion of magnetically labeled cells or isolation of rare cells with frequency down to 10-8 • Must include a minimum of two years of service • Must include a minimum of 12-month warranty • Must include shipping/handling estimated costs • Installation and training must occur 7 days after delivery of instrument. Equipment Description of Work: • Instrument will be used to isolate specific sub-populations of cells or virus from larger heterogeneous populations such as PBMC, tumor tissue, liver, ascites, blood, pleural effusion and different murine organs such as spleen, liver, tumor, lymph node, blood etc. Using specific antibodies this device shall be able to isolate rare cell populations with high purity. • The system shall allow for positive selection or depletion of these biomolecules without affecting their function or viability. Separated material can go directly to culture, FACS sort or analyses, functional study, or transplantation without detaching the MicroBeads. • The instrument will be used for rare event isolation and small sized particles. Isolated cells with be used in the lab for functional studies, gene expression studies, flow cytometry sorting, adoptive transfer studies etc. II. Delivery: Contractor(s) shall deliver the item within 30 days after award to the following location: TBA, NIH/NCI 9000 Rockville Pike, Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 29, 2016 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) HHSAR 352.203-70 ANTI-LOBBYING (MAR 2012) Pursuant to the current HHS annual appropriations act, Public Law 112-74, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a)Publicity or propaganda purposes; (b)The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any State or local legislature itself; or designed to support of defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any State or local government, except in presentation to the executive branch of any State or local government itself; or (c)Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations regulation, administrative action, or Executive order proposed or pending before the Congress or any State government, State legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a State, local or tribal government is policymaking and administrative processes within the executive branch of that government. The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future Federal, State or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. 52.212-1 Instruction to Offerors Commercial Items (April 2014) 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Reyes Rodriguez, Contracting Officer at reyes.rodriguez@nih.gov. OFFERORS: Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 29, 2016. Please refer to solicitation number N02RC62655-57 on all correspondence. No collect calls will be accepted. Electronic quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov. Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC62655-57/listing.html)
 
Place of Performance
Address: TBA, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04235430-W 20160824/160822235826-0d21182b576dd1672e995907a3a461de (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.