SOLICITATION NOTICE
65 -- Helios CyTOF System
- Notice Date
- 9/16/2016
- 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-2016-832
- Archive Date
- 10/8/2016
- 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
- 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. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2016-832 and the solicitation is issued as a Request for Proposal (RFQ). 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. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89-1 dated August 15, 2016. (iv)The associated NAICS code 334516 and the small business size standard is 1000 employees. This requirement is full and open with no set-aside restrictions. THIS IS A BRAND NAME OR EQUAL PROCUREMENT (v)The purpose of this acquisition is to purchase a Fluidigms Helios CyTOF System or equal. Scope of Work The newly established Stem Cell Translation Laboratory (SCTL) will serve as a national and international reference center for stem cell research. As part of this mission, the SCTL will take advantage of cutting-edge technologies and perform protein expression studies on the single-cell level. Detailed characterization and phenotyping stem cells and their differentiated progeny at different time points will allow meaningful systems-biology understanding of fundamental cellular processes. Mapping molecular signatures in a defined cell type-specific fashion is essential to precisely capture cellular states and phenotypes. The Helios, also called mass cytometry or cytometry by time-of-flight (CyTOF) will provide new insights into cellular heterogeneity by enabling the simultaneous measure of more that 40 parameters for millions of cells. The Helios system has set a new standard in high through-put single cell proteomics and is therefore the ideal choice for these experiments. NCATS would be the first IC at NIH to own such an instrument, a revolutionary single cell proteomics platform. The specific requirements (Minimum) are as follows: - Inductively coupled plasma ion source with free running RF generator and a balanced load coil interface. Inductively coupled plasma is used to atomize and ionize cells stained with metal-conjugated antibodies and metallointercalators. The atomic ions are extracted into the ion optics and time-of-flight regions where they are separated by mass and quantified - 5 stage vacuum system with 2-stage plasma-vacuum interface and turbo-pump; - Ion neutral decoupling ion deflector, low-mass cut-off quadrupole and point-to-parallel focusing lens system - Orthogonal analyzer operated at >75000 spectra/second cycle frequency - Discrete dynode ion detector - Over 50 tags may be analyzed simultaneously on a single stained sample, no re-staining or tagging is required - Detection system based on dual 8-bit signal digitizing boards - Direct sampling spray chamber for individual cell assays - Micro-concentric nebulizer - Pneumatic sample introduction system - Instrument control and data handling computer system - Instrument control and data handling software (vii)The equipment is to be delivered within eight to ten weeks from receipt of the Purchase Order. Delivery is to be made to: National Center for the Advancement of Translational Sciences 9800 Medical Center Drive Building C, Room 1022 Rockville, MD 20850 (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)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: Evaluation Criteria: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: Equipment Capability and Warranty: The contractor shall detail in a technical proposal how its proposed equipment meets each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities as well as warranty information. The technical proposal shall be evaluated for the ways in which the proposed equipment meets the functional equipment specification requirements. The Government shall particularly evaluate for the system's capacity, accuracy in transferring volumes in transwell plates, and the ways it meets or exceeds the requirements detailed in this statement of work. The warranty shall be evaluated for the ways it meets or exceeds the requirements detailed in this statement of work. Exceeding requirements shall be considered favorably Training: The contractor shall detail in a technical proposal the end user training is shall provide including subjects covered, technicians/instructors, and training duration. The Government shall evaluate the training approach for its comprehensiveness and appropriateness to teach at least four NCATS employees to appropriately use the equipment independently. Delivery and Installation: The contractor shall detail in a technical proposal how it shall meet the delivery and installation requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need (delivery and installation within 16 weeks). Proposals must include a delivery lead-time and detailed explanation of who shall perform installation. Past Performance: The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Total Contract Value c.Description of Requirement d.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. Proposals shall be evaluated using an adjectival ranking system as follows: Excellent (90-100) Very Good (80-89) Fair (70-79) Poor (60-69) Unacceptable (0-59) Only adjectival ratings shall be used in final summary technical evaluation documentation. Technical and past performance, when combined, are (1) significantly more important than cost or price. (b) 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. (x)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. (xi)The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a. Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b.Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov (xii)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 attachment number two for specific clauses applicable to this solicitation. (xiii)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 (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)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 23, 2016 at 9:00 AM Eastern Standard Time and reference number HHS-NIH-NIDA-SSSA-CSS-2016-832 Responses may be submitted electronically to Mr. Brian Lind at lindbj@nida.nih.gov. Fax responses will not be accepted. (xvi)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-2016-832/listing.html)
- Place of Performance
- Address: The National Institutes of Health, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04275714-W 20160918/160916235223-23ac719ea0bf5ee9f2bad8733176d36d (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 |