Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 01, 2018 FBO #5973
SOLICITATION NOTICE

66 -- Automated centrifugation-based plate washer with dispenser system - 52.212-5

Notice Date
3/30/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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
NIHDA201800135
 
Archive Date
4/21/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
52.212-5 (i) 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. (ii) The solicitation number is NIHDA201800135 and the solicitation is issued as a Request for Quotation (RFQ) on a SMALL BUSINESS SET-ASIDE basis. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is NOT expected to exceed the simplified acquisition threshold of $150,000.00. A Fixed-Price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC Number/Effective Date: 2005-97 / 1-24-2018 (iv) The North American Industry Classification System (NAICS) code for this procurement is 333999 All Other Miscellaneous General Purpose Machinery Manufacturing with size standard 500 employees. (v) Background The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. Through collaborations with industry, academia, patient advocacy and other nonprofit groups and in cooperation with other NIH ICs and government agencies, NCATS provides: Pre-clinical drug development expertise and access to resources; assistance generating data needed for regulatory approval; and a variety of mechanisms to streamline partnerships and collaborations. NCATS collaborates with investigators to study and develop compounds and molecules to further translational research. The Therapeutics for Rare and Neglected Diseases (TRND) at NCATS is a program designed to combat health challenges with the mission to encourage and speed the development of new treatments for diseases with high unmet medical needs. The NCATS RNAi program has a requirement for an automated, centrifugation-based plate washer with dispenser system fulfilling salient characteristics. This instrument will enable RNAi researchers to gently wash microplates using centrifugation, which will greatly increase the throughput of ELISA based assays, and other assays that require multiple wash steps. Centrifugation allows for a contact-free and complete removal of liquid from the well without disrupting adherent cells. Purpose and Objective: The purpose of this potential requirement is to obtain one (1) Automated centrifugation-based plate washer with dispenser system. The RNAi program's high-throughput screening projects require the washing of 384- and 1536-well microplates. Currently, RNAi only has aspirator-type washers to perform this function. Using an aspirator-type washer is a tedious procedure, and each wash step can introduce a degree of error into the assay, due to variable volumes removed from wells. Also, some cells do not tolerate the agitation of multiple dispense/aspiration steps, so cells can be lost from wells in cell-based assays. One of RNAi goals is to develop methods that advance the science of RNAi screening and informatics by addressing the high incidence of false-positives in RNAi-based target discovery. To this end, it is imperative we reduce errors to a minimal. The subject requirement will reduce noise in many phenotypic screens running as part of TRND research screenings. Product Description: This requirement includes obtaining the subject instrument fulfilling the following salient characteristics deemed essential to achieve: Uses centrifugation instead of aspiration for non-contact and contamination-free removal of liquids from all plate formats, including 1536 well. Achieves near zero residual volume and eliminates problems associated with conventional, aspiration-based washers. Reduces assay background and variability, eliminates wash steps and needle clogging, while increasing throughput, reliability and saving consumable cost with tipless media-changes in cell-based screening and magnetic bead wash applications. Has Automated, centrifugation-based plate dryer and media changer. Provides Software licenses for graphical user interface (GUI) and firmware (FW) with updates for 12 months. Has gravity based liquid waste handling capability. Has dispenser option for 96, 384, and 1536 well plates from up to 7 liquid input channels. Contractors shall possess the ability to achieve the salient government essential features of this requirement and document evidence of being able to provide the subject supply that will allow for the essential features described herein to be accomplished. Inspection and Acceptance Offerors should indicate an estimated delivery time in full after receipt of an order. Inspection and acceptance will be performed at NCATS, located at 9800 Medical Center Drive, Rockville, MD 20850. The Government anticipates one time delivery within 30-45 days ARO and a 12-month limited warranty from acceptance. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Offerors should indicate an estimated delivery time in full after receipt of an order. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on the evaluation of responses to determine if, as submitted, the proposal is technically acceptable. Respondents that believe that they are manufacturers or authorized resellers of any 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. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses: non-applicable. (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition. See attached document. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. 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 and a price proposal. Offerors are requested to submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject requirement. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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." All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the solicitation number NIHDA201800135. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Mr. Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800135/listing.html)
 
Record
SN04873496-W 20180401/180330230936-77ef1753b0fdebaec2db1e61a514268c (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.