Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2017 FBO #5650
SOLICITATION NOTICE

66 -- Brand Name or equal Thermo TSQ-50002 Quantiva and Vanquish Horizon Binary LC-MS Scientific Equipment and Associated Equipment - Product List

Notice Date
5/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Centers for Disease Control and Prevention, Procurement and Grants Office (Atlanta), 2920 Brandywine Road, Room 3000, Atlanta, Georgia, 30341-4146
 
ZIP Code
30341-4146
 
Solicitation Number
2017-Q-66798
 
Archive Date
6/9/2017
 
Point of Contact
Betty B Vannoy, Phone: 770-488-2891
 
E-Mail Address
bbv9@cdc.gov
(bbv9@cdc.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-5, Contract terms and Conditions Brand Name Justification Product List This notice is a COMBINED SYNOPSIS/SOLICITATION for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and solicitation for commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. The Solicitation number is RFQ 21017-Q-66798 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 January 19, 2017. The North American Industry Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Instrument Manufacturing, with a business size standard of 1000 employees. The acquisition is being competed full and open with brand name restriction. Center for Disease Control and Prevention (CDC), The National Center for Environmental Health (NCEH), Division of Laboratory Sciences (DLS), has a brand name requirement for Thermo TSQ-50002 Quantiva and Vanquish Horizon Binary LC-MS Scientific Equipment (see attached product list for list of items and Brand Name Justification). DESCRIPTION OF REQUIREMENT Purpose and Objectives Acquisition of Thermo TSQ Quantiva (TSQ-50002) and Vanquish Horizon Binary LC-MS including software, peripherals, installation, and on-site maintenance, repair services, and warranty. These items are needed to develop and improve analytical methods for measuring Urinary Creatinine (UREA) in biological matrices. Specifically, those measurements are performed by the Population Assessment of Tobacco and health (PATH) study. The current instrument is outdated and the new instrument will ensure the timely analysis of creatinine in urine samples for the critical operation for the CDC PATH Project methods. The new instrument is needed to improve our measurements and to increase reliable high throughput allowing for nine 96-well plates instead of three 96-well plates. It is crucial that the instruments are fully functional and able to maintain our high throughput methods for the detection of Creatinine and improve the overall quality of laboratory data generated. The following Salient Characteristics must be provided: 1. Increased sample throughput: An integrated Chemyx Fusion 100 syringe pump, 6-Port divert valve. 2. Shortened period time: Simultaneous identification and determination of digested peptide protein and small molecules compound in high sensitivity. 3. Increases applicability of the instrument with different analytical methods. 4. High sensitivity within short period time-multi operational modes. 5. Highest degree of selectivity 6. Multiplexing - 2 pumps which allows dual gradient capabilities. 7. Autosampler- allows to triple the number of analyzed samples or 9 96-well plates ran per day. 8. Fast LC-MS/MS of analytes at UHPLC time scales 9. Same software as other Thermo Scientific mass spectrometers-reduces seamless transition, training time, method development and validation methods. 10. Two pumps and column switching for multiplexing. 11. Increased sensitivity- neutral blocker and ion beam guide on TSQ Quantiva Place of Performance: CDC Atlanta, GA, FOB: Destination Anticipated Period of Performance: 90 days ARO PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below. Factor 1: Technical Approach Technical capability of the item offered to meet the Government's requirement. Factor 2: Price Competitiveness Vendor shall demonstrate price competitiveness Factor 3: 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 this requirement. Experience must be specific to 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. Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale: Excellent The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low Good The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low Acceptable The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral Marginal The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High Unacceptable The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High The government intends to award a firm fixed price purchase order to the responsible contractor as a result of this RFQ that will include the terms and conditions set forth herein. The award will be based on the following; capability to meet the requirements, delivery, past performance, price and the best value to the government. Basis for Award: The contract will be awarded to the responsible offeror with the Best Value that fully meets the requirements of the solicitation. The Government reserves the right to make an award without discussions. Applicable Terms and Conditions Incorporated by Reference: The FAR clauses and provisions below 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: QUOTATIONS ARE DUE: All responses must be received by MAY 25, 2017 at 10:00 AM, EST. Please reference solicitation number RFQ 2017-Q-66798 on all correspondence. NOTE: The vendor must submit a response/quote to this solicitation in order to be considered for an award. In addition to the instructions provided, your quote must include the following information: · Are you in the System for Award Management (SAM)? · Delivery Date · Trade-in Credit Information (if applicable) · DUNS Number · Freight Charges (Please Note: If this not listed on your quote, we will assume that the shipping fee is included in the total cost or no shipping charges are applicable. You will not be able to charge for shipping or request additional funds for shipping after contract award). · GSA Schedule Number (if applicable). Also identify any items that are "open market" · Provide current date of quote · Expiration Date (120 days or more) All questions, and quotes, must be received electronically (via email) to Betty Vannoy, Contract Specialist, at bbv9@cdc.gov. No telephone calls or facsimiles will be accepted. 3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (JAN 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management (SAM). 4. FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (JAN 2017) is applicable to this acquisition. 5. FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. (attached) FAR 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) CLOSING STATEMENT All responsible sources may submit quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number 2017-Q-66798. Responses shall be submitted electronically to bbv9@cdc.gov. Fax responses will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/CDCP/PGOA/2017-Q-66798/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04505719-W 20170513/170512000330-46e37fb79e91c728a1da31dc26b77347 (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.