SOLICITATION NOTICE
66 -- Critical Point Dryer (CPD)
- Notice Date
- 8/3/2017
- 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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
- ZIP Code
- 20892-9559
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-17-310
- Archive Date
- 8/22/2017
- 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
- Critical Point Dryer (CPD) Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-310 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-17-310 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 1,000 employees. SET-ASIDE STATUS This acquisition is full and open with no small business restrictions. 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 NCATS Chemical Genomics Center (NCGC) is tasked with identifying and developing novel small molecule leads against a wide spectrum of human disease targets, which it accomplishes by screening thousands of small molecules in collaboration with both intra-and extramural researchers. In pursuit of this goal, the Center has a strong internal transdisciplinary team of scientists who continually discover novel small molecules and develop novel disease models for application against a wide range of human diseases. As such, discovering probe molecules and developing human disease models that could serve as starting points for therapeutics is of great interest within NCATS. NCATS started several projects developing tissues of human disease models using 3D bioprinting technology. As a tool for validation of 3D microstructure, electron microscopy (EM) provides data in cellular and subcellular level. Critical point dryer is one of the essential component to prepare EM. The acquisition requested here will provide insight on efficacy across many types of engineered tissues and will help progress and provide critical scientific guidance on projects that NCATS has been working on for many years. Purpose This request is to purchase a critical point dryer for electron microscopy. Critical point dryer (CPD) is a necessary device for dehydrating biological samples for scanning electron microscope (SEM). The SEM is a key method to validate microstructure of engineered/ bioprinted tissues. Features of the product that are essential to the government's needs: Critical point dryer (CPD) is a necessary device for dehydrating biological samples for scanning electron microscope (SEM). This SEM is a key to validate microstructure of engineered/ bioprinted tissues. CPD is needed to prepare samples at National Center for Advancing Translational Sciences (NCATS) at 9800 medical center dr. Rockville, MD 20850 and send them out for SEM. Project Requirements Generic Name of Product Critical Point Dryer (CPD) Purchase Description The National Center for Advancing Translational Sciences (NCATS) requires one (1) critical point dryer (CPD) and shipping and handling on a brand name or equal basis. The brand name equipment that will meet this need is as follows: One (1) Leica Microsystems EM CPD300. Salient characteristics Critical Point Dryer fully computer controlled with an integrated touch screen user interface (7-inch), including CO2 bottle with feed pipe Sample Transfer Basket, Aluminum Teflon Filler 1/3 volume, 2 Teflon Fillers 1/6 volume Cover slip holder, 12mm dia, cover slip holder 22x22mm, Filter Diswcs and porous Pots Holder, Fine Mesh Specimen Holder, 4 Fine Mesh Specimen baskets, 3m C02 hose and connector for US, Quick Release Pin, Sample Transfer Basket Rest, 2 Installation and Training Quantity: One Delivery or Deliverables Delivery within 14 days of receipt of order. Contractor must provide in-house delivery and uncrating of all equipment. Vendor must provide installation and training for usage of the equipment. Government Furnished Information/Property Government shall provide reasonable access to the delivery location. Place of Performance The place of performance shall be Bethesda, MD 20892. Contract Type The Government intends to issue a firm fixed price 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. Offerors must provide both 1) a technical response and 2) a separate price quote. 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; and maintenance availability. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten (10) single-sided pages. 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 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 delivery date which is within two (2) 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 (October 2015), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (July 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 (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (September 2016) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation (April 1984) applies to this acquisition. 7.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." 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-17-310. 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-17-310/listing.html)
- Record
- SN04612524-W 20170805/170803233547-7f8457734ae283217fde48d94608a713 (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 |