Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2017 FBO #5761
SOLICITATION NOTICE

65 -- Brand name or Equal VAST BioImager System

Notice Date
8/30/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02RC72659-24
 
Archive Date
9/21/2017
 
Point of Contact
Kimesha Leake, Phone: 2402765669, Jolomi Omatete, Phone: 2402766561
 
E-Mail Address
kimesha.leake@nih.gov, jolomi.omatete@nih.gov
(kimesha.leake@nih.gov, jolomi.omatete@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E134, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Cell Biology (LCB), Tissue Morphodynamics Unit would like to request a Brand name or Equal VAST BioImager System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation for this requirement and no other written notice will be issued. This solicitation: No. N02RC72659-24 includes all applicable provisions and clauses in effect through FAR FAC 2005-95 (January 2017) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. This acquisition is a 100% small business set-aside. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The Tissue Morphodynamics Unit studies the establishment of multicellular structures as observed during colonization due to metastasis in an animal model. The NCI would like to purchase custom zebrafish handling to facilitate this project. Metastatic disease is detected using imaging modalities such as Magnetic Resonance Imaging (MRI), Computerized axial tomography (CT) and Positron Emission Tomography (PET)(10-13). However, the gold standard in terms of sensitivity (can distinguish tumor from normal tissue at the earliest stage in terms of size), MRI, can only distinguish lesions that are roughly comprised of ~billion tumor (and integrated immune and stromal) cells- well past the point where a single tumor cell or group of cells have infiltrated the organ(14). One approach is to develop more instruments with increased sensitivity to facilitate earlier detection while the other involves the development of therapies to prevent metastasis in the first place. To address the latter, what is needed is to understand how and why these cells colonize these organs; the NCI aims to visualize these cells in zebrafish. This machine will allow the NCI to follow tumor cell proliferation in multiple strains of fish with n values greater than 200 over several time points spanning 3 days. This was simply due to the high throughput the NCI could achieve and the minimal toxicity to the fish that allows survival for serial imaging of the same fish over four days. Salient Characteristics for the Brand Name or Equal VAST BioImager System The salient characteristics are as follows: • Be able to image greater than 384 fish in each run and perform serial and longitudinal imaging over the course of several days • The ability to mount fish in a non-agarose manner preferably in a microfluidic to ensure minimum toxicity to the fish to ensure long term survival. • The ability to correctly align fish in dorsal and lateral positions for each imaging point • The ability to robotically control and dispense into individual wells for easy identification for follow up processing such as histology • Include a high resolution microscope coupled to loading system to allow fluorescence imaging and transmission for multiple colors and laser tracks o This microscope is configured with  5x, 0.25 NA, air objective  20x, 0.5 NA, water dipping objective  Colibri 7 fluorescence illuminator configured with 385 nm, 475 nm, 555 nm & 630 nm LED illumination  halogen illuminator  Motorized Focus  AxioCam 503 camera and Zen Pro software with Z-Stack License  Includes eyepieces and a mechanical stage for using the microscope without VAST attached. • Software that allows for automation and analysis of morphology and cell dynamics • 12 month warranty II. Delivery: Contractor shall deliver the item(s) within 8-10 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance of the Technical Point of Contact. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 1, 2017 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 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. 52.212-1 Instructions to Offerors Commercial Items (January 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (January 2017)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (January 2017); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006) FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-8 Utilization of Small Business Concern (Nov 2016) FAR Clause 52.219-9, Small Business Subcontracting Plan (Jan 2017) FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR Clause 52.219-14, Limitations on Subcontracting (Jan 2017) FAR Clause 52.219-16, Liquidated Damages - Subcontracting Plan (Jan 1999) FAR Clause 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3 Convict Labor (June 2003) FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Oct 2016) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26 Equal Opportunity (Sept 2016) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR Clause 52.222-54, Employment Eligibility Verification (Oct 2015) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR Clause 52.225-1, Buy American - Supplies (May 2014) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from Kimesha Leake, Contract Specialist at Kimesha.Leake@nih.gov OFFERORS: Offers must be submitted with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid SAM registration through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 2:00 p.m. EST on September 6, 2017. Please refer to solicitation number N02RC72659-24 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Kimesha Leake, Contracting Officer at Kimesha.leake@nih.gov All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC72659-24/listing.html)
 
Record
SN04653767-W 20170901/170830231844-0a25d1df0a1d59b39d53829c710934dc (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.