SOLICITATION NOTICE
66 -- STACIS iX Laser Table Bases
- Notice Date
- 2/7/2017
- 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, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-17-158
- Archive Date
- 3/1/2017
- Point of Contact
- Jermaine Duncan, Phone: 3018277515
- E-Mail Address
-
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- STACIS iX Laser Table Bases (Brand Name or Equal) Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-158 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-17-158 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 500 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 2005-95, dated January 19, 2017. 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), Molecular Neurophysiology Section (MNS). Neurons contain a variety of membrane proteins responsible for the continuous traffic of ions and molecules across the cell membrane. Our main goal is to understand how ions are transported through some of these proteins. We are presently interested in ion channels and the sodium/potassium ATPase; the former moving ions at rates near diffusion, while the latter at rates of about 100 per sec. For both types of proteins, we are asking similar questions. How do ions access their pathway? Which regions of the proteins form the permeation pathways that allow ions to move across the membrane? How does the protein regulate the traffic of ions? What are the interactions of molecules like blockers and toxins with these proteins? We attempt to answer these types of questions by combining molecular biology, chemical modification and electrophysiological techniques. The NINDS Molecular Neurophysiology Section (MNS) is working to analyze and examine these intracellular highways towards improving treatments available to patients and laser tables are used for this purpose. Purpose The purpose of this acquisition is procure one (1) Technical Manufacturing Corporation (TMC) Brand STCIS iX Laser Table OR EQUAL to eliminate the vibration and distortion of inverted laser microscopes used by researchers to analyze and examine intracellular highways. Project Requirements The Contractor shall provide the NINDS Molecular Neurophysiology Section with one (1) TMC-Brand STACIS iX Laser Table-Base OR EQUAL. The brand-name or equal instrument requirements are as follows: 1. The equipment must have piezoelectric, active vibration cancellation technology. Table dimensions must not exceed 5'x6'x 8", due to microscope lab space requirements. 2. The equipment must have a digital controller with menu driven interface and LCD display. 3. The equipment must have dampeners for pneumatic isolators for settling stability and isolation starting at 0.6Hz. 4. The equipment must have a spill-proof, clean, precise, and corrosion resistant optical table top that must not exceed 5'x6'x8". The table must include individual sealed holes, with non-load-bearing cups and adjust for +.005" sensitivity. 5. The equipment must have at least a 3/16" thick ferromagnetic stainless steel top plate, matted finish with dovetail stitch. The ¼-20 countersunk and tapped holes @1" o.c. array, with a honeycomb core that has a minimum of.49" 2 cell size, 13.3 lb./ft3 density and research grade maximum damping. 6. The contractor shall provide a certified original equipment manufacturer service (OEM) service technician for Laser Table Base system Initialization, Optimization and Certification (IOC) on site for at least three (3) days. The OEM service technician must be onsite to supervise the equipment move in and assembly that will be performed by a qualified rigging team provided by the Government. The equipment must be installed and loaded prior to arrival of the service technician. 7. The Contractor shall provide installation assistance, load distribution adjustments, isolator cables connection and controller installation for all equipment. The Contractor shall be responsible for delivery costs. Warranty Requirements The Contractor shall provide a one (1) year warranty on all equipment from date of installation. 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 an OEM technician to perform all repairs during the warranty period. Delivery Requirements/Period of Performance The Contractor shall deliver and assist in the installation of all equipment within ten (10) weeks after receipt of order. Delivery must be FOB destination and include inside installation. The equipment shall be installed during normal working hours (from 8:00AM to 5:00PM local prevailing time, Monday through Friday). The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform on-site delivery, setup, installation and calibration (e.g. sensitivity adjustments). All services shall take place between the hours of 8:00AM and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Government will provide the Contractor rigging services to assist with equipment installation. Place of Performance The place of performance shall be the National Institutes of Health, NINDS, Molecular Neurophysiology Section, 35 Convent Drive, Building 35, Room 3B-1016, Bethesda, MD 20892. Inside delivery is required. 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. IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. RESPONSES MUST INCLUDE BOTH A TECNNICAL DOCUMENT AND A SEPARATE PRICE QUOTATION. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL RESPONSE ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE QUOTATION SHALL NOT BE CONSIDERED. EVALUATION CRITERIA The Government will award a purchase order resulting from the solicitation on the basis of lowest price technically acceptable. Technically acceptability shall be based on the following: 1. Contractor must meet or exceed each of the project requirements detailed in this solicitation. 2. Contractor proposal must include a one (1) year warranty, inclusive of an OEM service technician to perform repairs. 3. Contractor must affirm the ability to meet or exceed the period of performance requirement for delivery and installation within ten (10) weeks after Contractor receipt of order. 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 (JAN 2017), applies to this acquisition. 3. FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition. 4. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2016), 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 (JAN 2017) and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. 6. FAR clause 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) applies to this acquisition. 7. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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-17-158. Responses shall be submitted electronically via email to Jermaine Duncan, Contract Specialist, at jermaine.duncan@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-158/listing.html)
- Record
- SN04395039-W 20170209/170208000127-fda142beb88e58abdf5a3c1feb0503b5 (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 |