SOLICITATION NOTICE
66 -- Robotic Consumable Plates
- Notice Date
- 9/21/2017
- Notice Type
- Presolicitation
- NAICS
- 326199
— All Other Plastics Product Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Mental Health, Contracts Management Branch, 6001 Executive Blvd, Rm 8154, MSC 9661, Bethesda, Maryland, 20892-9661
- ZIP Code
- 20892-9661
- Solicitation Number
- HHS-NIH-NIDA-SSSA-SS-17-753
- Archive Date
- 10/10/2017
- Point of Contact
- Bruce E. Anderson, Phone: 3014021655
- E-Mail Address
-
bruce.anderson@nih.gov
(bruce.anderson@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION PURSUANT TO FAR Subpart 5.2-Synopses of Proposed Contract Actions, THIS IS A PRE-SOLICITATION NOTICE OF A PROPOSED CONTRACT ACTION. THIS IS A PRE-SOLICITATION NON-COMPETITIVE NOTICE OF INTENT TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA), on behalf of the National Center for Advancing Translational Sciences (NCATS) intends to negotiate and award a contract/purchase order to Greiner Bio-One, Inc. for "Robotic Consumable Plates".. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 326199 - All other plastics products manufacturing, with a size standard of 750 employees. REGULATORY AUTHORITY The resultant contract/purchase order will include all applicable provisions and clauses of the Federal acquisition Requlation (FAR) in effect through the Federal Acquisition Circular (FAC) 05- 2005-94 and 2005-95. Effective January 19, 2017 STATUTORY AUTHORITY This acquisition is conducted as non-competitive under the authority of 41 U.S.C. 253(c)(1) under provisions of the statutory authority of FAR Subpart 6.302-1, "Only one responsible source and no other supplies or services will satisfy agency requirements". DESCRIPTION OF REQUIREMENT Project Description, Purpose and Objectives This requirement is for the purchase of plates to be used on NCATS High Throughput Screening systems to run various experiments. The use of plates compatible and optimized for use with the specific NCATS systems are mandatory. There are two primary factors that determine compatibility: the flange style of the plate and the support ribs underneath the plate that run along the base of the plate and connect to the outer wall. The flange of the plate must be low; the design of NCATS robotic grippers on the screening platform is such that when it grips the plate it does so along the flange of the plate, creating a dovetail joint. This ensures the robotic system has a solid grip and will never drop a plate. Secondly, several support ribs on the underside of the plate are removed so that they can be properly placed on pin support plate nests that are present on several of the peripheral devices on the screening systems. Without the removal of these support ribs, the plates will not rest properly and the peripheral devices will not perform correctly. All plates must be GNF/Wako (formerly Kalypsys) certified to be given consideration. Specifications/Quantities: 1536 Well, black, clear bottom, Sterile, TC treated (QTY 60) 1536 Well, White, Solid Bottom, Sterile, TC treated (QTY 120) 1536 Well, White, Solid Bottom, Medium Binding (QTY 55) 1536 Custom Compound Plate (QTY 40) 384W,PS,TC,ST,BLK/uCLEAR,BARCODE (QTY 75) 384 DeepWell SM Vol PP, CLR, 100/cs, w/ 1 Barcode (QTY 12) 384WC, SV, LO BASE,CO,B,2BC/PLATE, 80/CS (QTY 10) Period of Performance: one year from date of award; plates to be delivered incrementally as manufactured to keep a constant supply available to NCATS CLOSING STATEMENT This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this notice 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. 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; maintenance availability; and environmental and energy efficiency considerations. 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." A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. All responses must be received by Monday, September 25, 2017 by 5:00pm EST and must reference number HHS-NIH-NIDA-SSSA-SS-17-753. Responses must be submitted electronically to Bruce Anderson at bruce.anderson@nih.gov and must reference the solicitation number HHS-NIH-NIDA-SSSA-SS-17-753, on your electronic request. FAX requests are not accepted. "All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIMH/HHS-NIH-NIDA-SSSA-SS-17-753/listing.html)
- Place of Performance
- Address: 9800 Medical Center Dr., Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN04689463-W 20170923/170921232349-9634bab962181024626fe5e6832d3dc2 (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 |