Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2017 FBO #5675
SOLICITATION NOTICE

66 -- Brand Name or Equal Multimodal Microplate Readers

Notice Date
6/5/2017
 
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, Station Support/Simplified Acquisitions, 6001 Executive Boulevard, Room 3165, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-329
 
Archive Date
7/6/2017
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Brand Name or Equal Multimodal Microplate Readers for the NCATS TRND Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-329 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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-329 and the solicitation is issued as a request for proposal (RFP). 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; 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 2005-95, dated January 19, 2017. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The procurement is classified under NAICS code 334516 with a Size Standard of 1,000 Employees. SET-ASIDE STATUS This acquisition is 100% set aside for small businesses. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translational Science (NCATS) Therapeutics for Rare and Neglected Diseases (TRND) Biology and Trans NIH RNAi Screen Facilities require multimodal plate readers to automate assay processing. Purpose The purpose of this requirement is to procure three (3) multimodal microplate readers for the NCATS TRND Biology and Trans-NIH RNAi Screening Facilities on a brand name or equal basis. Requirements The Government requires delivery and installation of three (3) multimodal microplate readers on a brand name or equal basis. The brand name equipment known to meet the needs of this requirement is the PHERAstar FSX multimodal plate reader. Brand name or equal equipment shall meet each of the specifications identified in this solicitation. Salient Characteristics The brand name or equal multimodal plate readers must meet requirements and have the capabilities detailed below: • Ultra-fast UV/Vis Absorbance Spectra • Fluorescence Intensity, including Fluorescence Resonance Energy Transfer • Fluorescence Polarization/Anisotropy • Time-Resolved Fluorescence, including Time-resolved- Fluorescence Resonance Energy Transfer • Luminescence (flash and glow), including Bioluminescence resonance energy transfer • High energy xenon flash lamp • Laser for TRF / TR-FRET • Simultaneous Dual Emission (SDE) detection for microplate that offers significant speed advantage by cutting read times in half. • SDE detection that can be used in any assay including FP, FRET • Allows for fast TR-FRET measurements • Combination of laser excitation and Simultaneous Dual Emission detection • In single flash mode, must be able to read a 1536-well plate • Must capture a full UV/VIS absorbance spectrum (220-1000nm) • Maximum footprint 45cm W X 51cm D x 47cm H • 50 kg or less in weight • Easy Integration into the Kalypsys Robotic Platform Warranty Requirements The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs. The one (1) year warranty shall include preventative maintenance and support services 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 & Installation Requirements The contractor shall deliver and install the required equipment within eight (8) weeks after receipt of order. The delivery location is 9800 Medical Center Drive, Building C, Rockville, MD 20850. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00 am and 4:30 pm, Rockville, MD local prevailing time, Monday through Friday. Contract Type A Firm Fixed Price Contract is contemplated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). Government Responsibilities The Government shall provide the contractor with access to the Government facility and purchased equipment for delivery, installation, and warranty support. The contractor field service technician servicing the equipment during the warranty will be required to coordinate with the program office in advance of arrival so that facility access may be granted. 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 (January 2017), applies to this acquisition. 3. FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition as follows: (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: equipment capabilities, delivery and installation approach, past performance, and price. Technical and past performance, when combined are significantly more important than 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. 4. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition. 6. FAR clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) applies to this acquisition as detailed below: a. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government b. FAR 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards c. FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment d. FAR 52.219-6, Notice of Total Small Business Set Aside e. FAR 52.219-8, Utilization of Small Business Concerns f. FAR 52.219-13, Notice of Set-Aside of Orders g. FAR 52.219-14, Limitations on Subcontracting h. FAR 52.219-28, Post Award Small Business Program Re-representation i. FAR 52.222-3, Convict Labor j. FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies k. FAR 52.222-21, Prohibition of Segregated Facilities l. FAR 52.222-26, Equal Opportunity m. FAR 52.222-35, Equal Opportunity for Veterans n. FAR 52.222-36, Equal Opportunity for Workers with Disabilities o. FAR 52.222-37, Employment Reports on Veterans p. FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act q. FAR 52.222-50, Combating Trafficking in Persons r. FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving s. FAR 52.225-1, Buy American - Supplies t. FAR 52.225-13, Restrictions on Certain Foreign Purchases u. FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management 7. FAR Clause 52.211-6: Brand Name or Equal (August 1999) is applicable to this acquisition. 8. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 9. There are no additional contract requirements or terms and conditions applicable to this acquisition. RESPONSE FORMAT Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. 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 five (5) single-sided pages. This limitation does not include product brochures. 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. 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 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 factors detailed below shall be used to evaluate offers. Technical and past performance, when combined are significantly more important than price. Factor 1: Equipment Capabilities The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the equipment to be provided. Technical approach shall be evaluated for conformance to requirements and for ability to exceed the required capabilities. Factor 2: Delivery & Installation Approach The contractor shall detail in its technical proposal the anticipated delivery and installation lead time. This shall be evaluated for ability to meet the required delivery timeframe needs. Earlier delivery shall be considered favorably. 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 the equipment requirements outlined in this solicitation. Experience must be specific to provision of laboratory instrumentation and 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. EVALUATION METHOD 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 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. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE Contractor Performance Evaluations Final evaluation 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. Final evaluation 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 evaluation, 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. 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 CLOSING INFORMATION All responses must be received by the closing date and time of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-329 in the submission email subject line. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov. Please contract Ms. Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov or 301-480-2453 for information regarding the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-17-329/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04532369-W 20170607/170605234743-8bb353d66d51a1bdd9109c1b411d4d96 (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.