Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 11, 2016 FBO #5406
SOLICITATION NOTICE

65 -- Corning Micro Well Plates - Attachments - Addendums

Notice Date
9/9/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-573
 
Archive Date
10/1/2016
 
Point of Contact
Brian Lind, Phone: 301.827.5298
 
E-Mail Address
lindbj@nida.nih.gov
(lindbj@nida.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Addendum D Addendum C Addendum A Attachment Number Two - Pricing Tables Attachment Number One - SOW This is a 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. The solicitation number is HHS-NIH-NIDA-SSSA-SOL-2016-537 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) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is 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 associated NAICS code 326199 and the small business size standard is 150 employees. This requirement is unrestricted full and open. There is a subcontracting requirement for non-small business concerns. We are anticipating that this will be a fixed price contract with the option for increased quantities at a fixed price. Attachment Number Two represents the estimated quantity that will be required for the 12 month period of performance. First order amount will be determined at time of award. This requirement is for Microplate Consumables (Robotic Well Plates) to be used on multiple robotic screening systems currently in use in our NCATS in addition to traditional wet lab research for assay optimization and validation. At multiple labs within the NCATS we have been given the directive to screen, identify, and distribute to the research community small molecule compounds, and data on their activities, to accelerate translation of the completed human genome into advancements in human health. 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. The Microtiter Plates required on a brand name or equal basis are manufactured by the following company; Corning, Inc., 3 Riverside Plaza, Corning, NY 14831 All plates and consumables shall be commercially available and compatible with and optimally perform in the NCATS Robotic Systems. Please refer to Attachment Number One - Statement of Work and Attachment Number Two - Line item reference numbers and vendor catalog numbers (pricing table) for complete details and specifications. The plates ordered must meet the following salient characteristics: Microtiter Plate Common Characteristics 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. General Definitions Wells: 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. Color: The plates requested will typically be clear, white or black, with the main difference between them being their reflective properties. Bottom: 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. Base: The bases will be either low or high, and this 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. 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. Binding: The binding of the plate surface which will assist in ensuring that samples that are added to the plate will adhere to the bottom. Our requirements call for low, medium (mid) or high, and the selection is made based upon the samples undergoing study in the plate. 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. Required Specifications 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. 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. 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 period of performance for the contracts to be awarded is as follows: Base Period of Performance - September 29, 2016 through September 28, 2017 All deliveries will be made to; NCATS 9800 Medical Center Drive Building C Rockville, MD 20850 APPLICABLE CLAUSES AND PROVISIONS The FAR clauses and provisions below shall apply to this solicitation. Please note that any clauses requiring fill-ins shall be completed at time of award. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Addendum to FAR clause 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The additional instructions to offerors are listed in Addendum A of this solicitation. Please note that offerors can quote on one or all of the required manufacturer product lines identified. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Mandatory Criterion Confirmation of Capability to Provide Brand Name Only Supplies (PASS/FAIL): The Contractor shall be evaluated for their understanding and documentation of capability to provide the specific brand name only supplies detailed in this project's requirements. Contractors that do not confirm capability to provide brand name only supplies shall not be further evaluated or considered. Criterion NumberEvaluation Criteria CategoryPoints 1.Technical: (1) Documented evidence of proven product quality, reliability, and documented evidence of timely delivery of all Microplate Consumables (Robotic Well Plates); and (2) Knowledge of performance capability of the robotic screening platforms used in NCATS which includes, the Kalypsys screening robot, the Tox 21 toxicology profiling robot and the Agilent BioCel system, and the Sartorius SelecT automated tissue culture system.50 2.Past Performance: (1) The offeror's adherence to schedules. The offeror's history of reasonable and cooperative behavior and commitment to customer satisfaction. The offeror's business-like concern for the interest of the customer; (2) The offeror's record of conforming to specifications and to standards of good workmanship and quality of work; (3) The offeror's past history of successful completion of projects; history of producing high-quality reports and other deliverables; history of staying on schedule and within budget; and (4) Past performance on prior similar efforts specified within this proposal with references provided.25 3.Cost: The percentage discount proposed from the offeror's commercial pricelist for each year of the five (5) year period of performance.25 Total Possible Points :100 Technical evaluation shall be performed using adjectival rating as follows: Excellent (90 to 100 Points) Very Good (80 to 89 Points) Good (70 to 79 Points) Fair (60 to 69 Points) Poor (0 to 59 Points) Technical and past performance, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. Refer to Addendum Number C for additional terms and conditions and applicable FAR clauses. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition; please refer to Addendum Number D for a complete listing of applicable FAR Clauses. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices, NONE. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." All responses must be received by September 16, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-SOL-2016-537. Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. The name and telephone number of the individual to contact for information regarding the solicitation. Mr. Brian Lind at 301-827-5298.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-573/listing.html)
 
Place of Performance
Address: The National Institutes of Health, The National Center for the Advancement of Translational Sciences, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04265708-W 20160911/160911093305-64de1b9f8747309e9a26ee6cd7a854e5 (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.