Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 10, 2016 FBO #5405
SOLICITATION NOTICE

66 -- Multispecies Clinical Hematology Analyzer with Extended Warranty

Notice Date
9/8/2016
 
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-16-790
 
Archive Date
9/28/2016
 
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
Multispecies Clinical Hematology Analyzer with Extended Warranty Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-790 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-16-790 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 1,000 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 2005-89-1, dated August 15, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute on Aging (NIA) Translational Gerontology Branch explores the underlying physiology and mechanisms of aging and age-related diseases in humans and animal models, and tests interventions to improve health and lifespan. Understanding the mechanisms of aging will allow development of interventions and biomarkers to translate to humans to improve overall health and lifespan. Investigators study the physiological and metabolic effects of aging in model species such as mice, rats and non-human primates in order to identify biomarkers for aging. A key aspect of this program is the characterization of non-invasive biomarkers for aging, and to use such biomarkers to predict the success of an intervention such as calorie restriction, which is the most robust and reproducible intervention to consistently extend lifespan and improve health in most species tested. Providing investigators with access to a Multispecies Clinical Hematology Analyzer for Small Volume Blood Samples will allow for the characterization and identification of potential aging phenotypes and biomarkers, which is a crucial part of the mission of the NIA and the Translational Gerontology Branch. Purpose The purpose of this requirement is acquisition of one (1) Multispecies Clinical Hematology Analyzer with Extended Warranty to allow for the characterization and identification of potential aging phenotypes and biomarkers in mice, rats and non-human primates. Project Requirements The NIA Translational Gerontology Branch requires one (1) Multispecies Clinical Hematology Analyzer for Small Volume Blood Samples that meets the following requirements: A.The system must be able to perform analysis on blood of 175 microliters or less. B.The system must include software to perform analysis of blood samples across a wide range of species including mice, rats, non-human primates and primates. C.The system must be able to perform the following assays on one (1) blood sample of 175 microliters or less: CBC, differential results, platelet results, reticulocyte results, WBC morphology, RBD and PLT morphology.. D.The system must have automated daily maintenance. E.The system must utilize peroxidase staining for differential testing. F.The System must be able to measure white blood cells (WBC) in the range of 0.02 to 400 x 103/µL, and red blood cells (RBC) in the range of 0.0 to 7.0 x 106/µL in multiple different species. G.The system must allow for user designed configurations of sample testing and data analysis for multiple different species. H. The system must have a PC work station, peripherals and software that is able to control the analyzer, perform analysis of samples and daily maintenance of the system. Extended Warranty Requirements: The Contractor shall provide a one (1) year warranty plus a four (4) year extended warranty [total warranty period of 5 years] on all equipment, parts and repairs. The total warranty shall include unlimited service visits (labor and travel) and all necessary replacement parts, excluding disposables, customer maintenance, and operating supplies, excluding holidays, and preventive maintenance visits at the manufacturer's recommended intervals (if applicable) scheduled during normal business hours (8:00 am - 5:00 pm Monday through Friday), excluding holidays by a company certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Delivery Requirements/Period of Performance The contractor shall deliver and install the required equipment within sixteen (16) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday. Training must take place at the customer site within two (2) weeks of equipment installation. The contractor shall provide a company certified service technician to perform setup, and installation. Place of Performance The required equipment shall be delivered and installed inside at the Biomedical Research Center, National Institute on Aging, 251 Bayview Blvd Suite 100, Baltimore MD 21224. 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." 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 proposal must include an extended warranty which covers five years from delivery of the equipment. 3.The Contractor must be able to meet or exceed the period of performance/delivery, installation, and training requirements (completion within 18 weeks or less). 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 52.211-6, Brand Name or Equal (August 1999) applies to this acquisition. 3.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 4.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 5.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. 6.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 (June 2016) apply to this acquisition. 7. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 8.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 the award. 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-16-790. 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-16-790/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04263843-W 20160910/160909000144-6f5b2b0698bd916a94daf97867948982 (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.