Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

65 -- Brand Name or Equal BD FACSymphony A5 Flow Cytometers and High Throughput Samplers for Rocky Mountain Laboratories - RFQ Documents

Notice Date
9/13/2018
 
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 of Allergy & Infectious Diseases/AMOB, 5601 Fishers Lane, 3rd Floor MSC 9822, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
RFQ-RML-1919871
 
Archive Date
10/9/2018
 
Point of Contact
Tamara K. McDermott, Phone: 406-375-7487
 
E-Mail Address
tamara.mcdermott@nih.gov
(tamara.mcdermott@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
HHS Subcontracting Plan Template Full Text FAR Provision and Clauses Bill of Materials (BOM) I. OVERVIEW: This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit offers on RML-RFQ-1919871. This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-100 effective August 22, 2018. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items and is not a total small business set aside. It is anticipated that one firm fixed price contract will be awarded. II. STATEMENT OF NEED: The Division of Intramural Research (DIR), Laboratory of Virology (LV), and Research Technologies Branch (RTB) at the Rocky Mountain Laboratories (RML) require the purchase of two (2) flow cytometers to replace their existing Becton, Dickinson and Company (BD) LSR II flow cytometers that have reached End-of-Life and are no longer supported by the manufacturer. These flow cytometers are utilized by DIR to analyze the characteristics of cells or particles for National Institute of Allergy and Infectious Diseases (NIAID) mission-critical research. This critical equipment must always be at optimal performance to ensure they can handle the heavy use they get from multiple units/sections across multiple RML laboratories. The proposed purchase is for Brand Name or Equal products. The brand name, and model number of the product(s) are provided in the attached Bill of Materials (BOM). As indicated in the BOM, this requirement includes two complete systems - one for the LV and one for the RTB. In addition to the flow cytometers and high throughput samplers, NIAID requires the following for each LV and RTB system: •Three-day flow cytometer training at customer site for each laboratory (LV and RTB) •Starter pack of consumables •On-site spare part kit •One-year warranty with the option to purchase extended warranties for maintenance •Shipping & handling to destination - Hamilton, MT To be considered for award, offerors of "equal" products, including "equal" products of the brand name manufacturer, must meet the following criteria for the salient characteristics: Flow Cytometer 1.Must have five (5) high-powered, state-of-the-art lasers with the following wavelength (nm) and power output maximum (milliwatts, mW) a.Blue laser (488nm), 200mW b.Yellow-Green laser (561nm), 200mW c.Red laser (628nm), 200mW d.Violet laser (405nm), 200mW e.UV laser (355nm), 100mW 2.Must allow simultaneous detection of a minimum of thirty-two (32) parameters including forward scatter (FSC) and side scatter (SSC) 3.Must have the ability to customize and configure fluorescence detector capabilities, including user access to, and ability to change, fluorescence band pass and long pass filters. Polygons must be capable of 10 PMT's of each laser line. 4.System must have ultra-quiet electronics system and have very low electronic noise to allow detection of real populations in the 1-2 log regions 5.Must have automatic time delay calculation using instrument set-up software 6.Must offer high-speed analysis with data acquisition rates of up to 40,000 events per second for typical operation 7.Must use continuous flow of sheath fluid, no syringe-based systems, for unlimited data volume or rare event analysis 8.Must have integrated software with cytometer 9.System's software must be compatible with BD FACSDiva - a software package that allows acquisition and analysis of our existing flow cytometric data 10.Must provide real-time statistics via the acquisition software 11.Must be upgradable to add additional lasers and detectors 12.System must come with a high-end PC WorkStation to control the flow cytometer and software as well as a 19" LCD monitor High Throughput Sampler 1.Automated and accelerated sample acquisition from 96- and 384-well plates 2.Must have flexibility in acquisition speed 3.Must achieve less than 0.5% carryover in high throughput mode 4.Must be compatible with FACSymphony A5 Flow Cytometer or proposed equal instrument Contractor may include a trade-in value for two (2) BD LSR II flow cytometers. Additional details provided in the BOM. III. PERIOD OF PERFORMANCE: Estimated completion for the delivery of equipment 120 days from date of award - estimated January 25, 2019. Training to be completed by February 28, 2019. Estimated total period of performance is from date of award September 25, 2018 - February 28, 2019. IV. DELIVERY: FOB Point shall be Destination, Hamilton, MT. Place of delivery is Rocky Mountain Laboratories, 903 South 4th Street, Hamilton, MT 59840. The Loading Dock hours are as follows: 8 am - 4 pm Mountain Standard Time, Monday through Friday except for Federal Holidays. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). V. INSTRUCTIONS: The government requests responses from qualified sources capable of providing the requirement as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if 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 characteristics specified in the 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 modification 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. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); manufacturing country of origin of the products; documentation demonstrating offerors is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; Cage Code; business size under NAICS 334510; and payment terms. Offeror shall provide separate pricing and subtotals for each LV and RTB system as demonstrated in the BOM. Each response must clearly indicate the capability of the offeror to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Offeror's response being considered non-responsive and will therefore be eliminated from further consideration and award. Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before Monday, September 24, 2018 9:30 am EST. All or part of the successful offeror's quote may be incorporated in any contract resulting from this solicitation. The successful offeror's quote may be incorporated by reference. Reference Solicitation ID: RFQ-RML-1919871 on your quote. By submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make an offeror ineligible for award]. VII. EVALUATION: NIAID will evaluate all quotes to determine the best value to the government. NIAID will make a Best Value Determination based on the capability of each offeror's quote to provide all requested products/services, meet the brand name or equal salient characteristics, providing the proposed products/service in a timely manner, warranty, past performance, and reasonable price. The Government's objective is to obtain the highest quality considered necessary to achieve the project objectives, with a realistic and reasonable cost. Non-price factors, when combined, are considered more important than price. In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Offeror. VIII. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest. IX. SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your offer, you will be consenting to disclosure of your offer to non-government personnel for purposes of evaluation. X. QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than Tuesday, September 18, 2018 5:00 PM EST, via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed. XI. SMALL BUSINESS SUBCONTRACTING PLAN [Applicable to Large Businesses only.] NIAID highly encourages small business participation. FAR clause 52.219-9 requires a small business subcontracting plan in order to be eligible for contract award if subcontracting possibilities exist. This requirement does not apply to small business or small disadvantaged business Offerors. A small business subcontracting plan attachment is provided as an outline that meets the minimal requirements of section 8(d) of the Small Business Act, as amended, and implemented by the Federal Acquisition Regulations (FAR) Subpart 19.7. This outline is not intended to replace any existing corporate master plan, which is more extensive. Assistance is available for locating small and small disadvantaged business sources by contacting NIAID's Small Business Specialist. For contact information, please send an inquiry to the Contract Specialist, Tamara McDermott. XII. PROVISIONS, CLAUSES & OTHER Offerors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items. The following Federal Acquisition Regulations (FAR) provisions and clauses are incorporated by reference and full text versions may be accessed electronically at: https://www.acquisition.gov/far/. FAR 52.212-1 Instruction to Offerors - Commercial Items (Jan 2017) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Jan 2017) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017) FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.203-70 Anti-Lobbying (December 18, 2015) HHSAR 352.208-70 Printing and Duplication (December 18, 2015) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax. The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as an attachment: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018) FAR 52.225- 6 Trade Agreements Certificate (May 2014)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/AMOB/RFQ-RML-1919871/listing.html)
 
Place of Performance
Address: Rocky Mountain Laboratories, 903 S. 4th Street, Hamilton, Montana, 59840, United States
Zip Code: 59840
 
Record
SN05087311-W 20180915/180913231053-0419cd5486ae2d4f3c769caeffbecba0 (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  © 1994-2020, Loren Data Corp.