Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2018 FBO #6141
SOLICITATION NOTICE

66 -- THREE BIOREACTOR SYSTEMS

Notice Date
9/14/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Agricultural Research Service - Northeast Area
 
ZIP Code
00000
 
Solicitation Number
AG-3JL0-S-18-0015
 
Archive Date
10/1/2018
 
Point of Contact
Regina L. Dennis, Phone: 215-233-6553
 
E-Mail Address
regina.dennis@ars.usda.gov
(regina.dennis@ars.usda.gov)
 
Small Business Set-Aside
N/A
 
Description
<SOLNBR>AG-3JL0-S-18-0015 <ISSUEDATE>09/14/2018 <RESPDATE>09/25/2018 <CONTACT>Point of Contact, Regina Dennis, Contract Specialist, (215)233-6553 or e-mail regina.dennis@ars.usda.gov United States Department of Agriculture, Agricultural Research Service (ARS), Eastern Regional Research Center, Dairy and Functional Foods Research Unit (DFF) in Wyndmoor, PA 19038, is seeking to purchase Three (3) Bioreactor Systems to be furnished and delivered (F.O.B. Destination within Consignees Premises) to the USDA, ARS, Eastern Regional Research Center, in Wyndmoor, PA; in accordance with the terms, conditions, and specifications contained in this document. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 (current as of FAC 2005-99), as supplemented with additional information included in this notice. This announcement constitutes the only solicitation quotations are being requested and a written solicitation will not be issued. The NAICS is 334516. The Solicitation number is AG-3JL0-S-18-0015 and is issued as a Request For Quotation (RFQ). SCHEDULE OF ITEMS - Furnish and deliver, F.O.B. Destination (shipping included). Required Specifications for a Three Bioreactor Systems: · The entire bioreactor set up must be autoclavable (including lids and probes) and the vessel volume can range from 500 mL to 3 L. · The option of purchasing a single use vessel up to 30-40L in volume. · Touchscreen computer monitor. · Each control station must be equipped with 4 pumps that can be programmed to turn on and off at any time during a run, and the option to add in at least 2 extra pumps per bioreactor. · The system must have the ability to sparge gas into the bioreactor to maintain anaerobic or microaerophilic conditions. · The system must have the option to analyze turbidity continuously over time. · We will require autoclavable, ISM probes for the system to automatically control PH, DO and redox. The PH probe must be capable of determining and maintaining a set pH over the course of an experiment. · The DO probe must be optical, ISM and autoclavable. · Capable of being assembled with up to 8 other bioreactors and controlled by a single computer. · The reactors must be compatible with the Flownomics autosampler already in our lab. First, the bioreactors will be used to study the gut microbiota, run using anaerobic and/or microaerophilic conditions, therefore having an accurate way to measure and maintain these environmental conditions is important. Second, the bioreactors may be used together, to mimic areas of the digestive system. Therefore, having the ability to program different conditions will be necessary. For example, one unit may be pH X and DO Y, whereas the second unit may be programmed at pH A and DO B. It is possible that these experiments may require additional bioreactors that would be purchased at a later date. We require the ability to purchase up to 8 bioreactors that can be controlled by a single computer system. The vessel parameters, such as size and shape, must be uniform. Third, it is possible that we will need to use these reactors to grow large volumes of human cells and/or bacteria. Therefore, we will require the ability to purchase single use, sterile vessels. These vessels can be between 500 mL to 3 L, but also we may need vessels between 20-40 L in volume. These large vessels must be single use and sterile. These may be used for batch culture of bacteria and possibly human cells. Fourth, these reactors will be run in parallel with the BioFlow320 systems already purchased. The system shall be packed for shipment in such a manner that will ensure acceptance by common carrier and safe delivery at the destination. The articles to be furnished hereunder shall be delivered, all transportation charges paid by the vendor, and in accordance with the FOB designation clause (FAR 52.247-30) to: Eastern Regional Research Center Attn: Shipping & Receiving (Reference the order number) 600 E. Mermaid Lane Wyndmoor, PA 19038 Delivery shall be between the hours of 8:00 a.m. to 3:00 p.m. Monday through Friday, excluding Federal Holidays. A. Warranty The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar commercial sale, provided such warranty is available at no additional cost to the Government. Acceptance of the standard commercial warranty does not waive the Governments rights under the Inspection clause nor does it limit the Governments rights with regard to the other terms and conditions of this contract. The Contractor shall provide a copy of its standard commercial warranty with its quotation. WARRANTY: The Contractor shall provide the warranty for this equipment with their offer SECTION 508 - ACCESSIBILITY OF ELECTRONIC AND INFORMATION TECHNOLOGY (a) This Request for Quotation is subject to Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) as amended by the workforce Investment Act of 1998 (P.L. 105-220). Specifically, subsection 508(a)(1) requires that when the Federal Government procures Electronic and Information Technology (EIT), the EIT must allow Federal employees and individuals of the public with disabilities comparable access to and use of information and data that is provided to Federal employees and individuals of the public without disabilities. (b) The EIT accessibility standards at 36 CFR Part 1194 were developed by the Architectural and Transportation Barriers Compliance Board ("Access Board") and apply to contracts and task/delivery orders, awarded under indefinite quantity contracts on or after June 25, 2001. (c) Each Electronic and Information Technology (EIT) product or service furnished under this contract shall comply with the Electronic and Information Technology Accessibility Standards (36 CFR 1194), as specified in the contract, as a minimum. If the Contracting Officer determines any furnished product or service is not in compliance with the contract, the Contracting Officer will promptly inform the Contractor in writing. The Contractor shall, without charge to the Government, repair or replace the non-compliant products or services within the period of time to be specified by the Government in writing. If such repair or replacement is not completed within the time specified, the Government shall have the following recourses: 1. Cancellation of the contract, delivery or task order, purchase or line item without termination liabilities; or 2. In the case of custom Electronic and Information Technology (EIT) being developed by a contractor for the Government, the Government shall have the right to have any necessary changes made or repairs performed by itself or by another firm for the noncompliant EIT, with the contractor liable for reimbursement to the Government for any expenses incurred thereby. (d) The contractor must ensure that all EIT products that are less than fully compliant with the accessibility standards are provided pursuant to extensive market research and are the most current compliant products or services available to satisfy the contract requirements. (e) For every EIT product or service accepted under this contact by the Government that does not comply with 36 CFR 1194, the contractor shall, at the discretion of the Government, make every effort to replace or upgrade it with a compliant equivalent product or service, if commercially available and cost neutral, on either a contract specified refresh cycle for the product or service, or on a contract effective option/renewal date; whichever shall occur first. Section 508 Compliance for Communications The Bioreactor Systems shall comply with the standards, policies, and procedures below. In the event of conflicts between the referenced documents and this Request for Quotation shall take precedence. Rehabilitation Act, Section 508 Accessibility Standards 1. 29 U.S.C. 794d (Rehabilitation Act as amended) 2. 36 CFR 1194 (508 Standards) 3. www.access-board.gov/sec508/508standards.htm (508 standards) 4. FAR 39.2 (Section 508) 5. USDA Standards, policies and procedures (Section 508) In addition, all contract deliverables are subject to these 508 standards as applicable. Regardless of format, all Web content or communications materials produced, including text, audio or video - must conform to applicable Section 508 standards to allow federal employees and members of the public with disabilities to access information that is comparable to information provided to persons without disabilities. All contractors (including subcontractors) or consultants responsible for preparing or posting content must comply with applicable Section 508 accessibility standards, and where applicable, those set forth in the referenced policy or standards documents above. Remediation of any materials that do not comply with the applicable provisions of 36 CFR Part 1194 as set forth in the Request for Quotation, shall be the responsibility of the contractor or consultant. The following Section 508 provisions apply to the content or communications material identified in this Request for Quotation: 36 CFR Part 1194.21 a - l 36 CFR Part 1194.22 a - p 36 CFR Part 1194.31 a - f 36 CFR Part 1194.41 a - c The contractor shall provide a completed Section 508 Product Assessment Template and the contractor shall state exactly how proposed EIT deliverable(s) meet or does not meet the applicable standards. The following Section 508 provisions apply for software development material identified in this SOW, PWS, or TO: For software development, the Contractor/Developer/Vendor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.21 (a - l) 36 CFR Part 1194.31 (a - f) 36 CFR Part 1194.41 (a - c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures (Section 508) a. Information Technology - General Information http://www.ocio.usda.gov/508/index.html#resources For web-based applications, the Contractor shall comply with the standards, policies, and procedures below: Rehabilitation Act, Section 508, Accessibility Standards (1) 29 U.S.C. 794d (Rehabilitation Act as amended) (2) 36 CFR 1194 (508 Standards) 36 CFR Part 1194.22 (a - p) 36 CFR Part 1194.41 (a - c) (3) www.access-board.gov/sec508/508standards.htm (508 Standards) (4) FAR 39.2 (Section 508) (5) USDA Standards, policies and procedures (Section 508) a. Information Technology - General Information http://www.ocio.usda.gov/508/index.html#resources Companies with the demonstrated capability of providing this equipment must submit a descriptive statement, including descriptive literature, specifically addressing the equipments components and availability. The statement and literature must be submitted to the Contracting Office Address at the day and time specified in the synopsis. No solicitation is available. DOCUMENTATION: The Contractor shall provide operations, repair, maintenance manuals, and service instructions submitted upon delivery of the equipment. ADDITIONAL QUOTATION INFORMATION: The provision at 52-212-1, Instruction to Offerors - Commercial Items (JAN 2017), applies to this acquisition. FAR Clause 52.212-1, is amended to include the following clauses by reference: 1. Submission of Offers is amended to include the following: Submit your quotation, warranties, descriptive literature on the proposed equipment, and the Certifications at FAR 52.212-3 to the Contracting Officer. FAILURE TO SUBMIT THIS INFORMATION MAY RENDER THE OFFER NON-RESPONSIVE. FACSIMILE OFFERS ARE NOT ACCEPTABLE. The provision at 52.212-2, Evaluation - Commercial Items (Oct 2014), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-2. Any resulting order will be issued to the company offering the best value to the Government, price and other factors considered. Basis for Award: Lowest Price Technically Acceptable (LPTA). "LPTA" means the expected outcome of the acquisition that, results from selection of the technically acceptable quotation with the lowest evaluated price. Pursuant to FAR 52.212-2, the criteria for evaluation are (1) Technical Specifications/technical support, (2) Price (to include shipping). EVALUATION FACTORS FOR AWARD will be based on technical capabilities, price and price-related factors. FAILURE TO PROVIDE THE INFORMATION RELATIVE TO EACH EVALUATION FACTOR MAY RENDER YOUR OFFER NON-RESPONSIVE. a) Technical Capability will be based on technical features, and product literature. Each offer is required to submit warranty information, descriptive literature or other documentation, and show how the offered product meets or exceeds the requirements as specified in the specifications. b) Price includes all equipment, accessories, discount terms, and transportation. Your offer shall include pricing in accordance with the SCHEDULE OF ITEMS identified above. c) Offerors shall include a complete copy of the provision at FAR 52.212-3, Offeror/Representation and Certifications-Commercial Items (JAN 2017), with the quotation. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017), applies to this acquisition. ADDENDUM TO FAR CLAUSE 52.212-4. The following terms and conditions are added as an addendum to this clause: 1. Item (a) Inspection and Acceptance is amended to include the following: AGAR 452.246-70 INSPECTION AND ACCEPTANCE (FEB 1988) - (a) The Contracting Officer or the Contracting Officer's duly authorized representative will inspect and accept the supplies and/or services to be provided under this contract. (b) Inspection and acceptance of the item shall be performed at: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, PA 19038. The invoice shall be submitted electronically through the Invoice Processing Platform (IPP) USDA, ARS, Eastern Regional Research Center plans to award a single, firm-fixed price contract to the offeror whose quotation is most advantageous to the Government price and other factors considered. Award may be made without discussions; however, ERRC reserves the right to conduct discussions later if determined necessary by the contracting officer Applicable Provisions: The following Federal Acquisition Regulation (FAR) and the Department of Agriculture Acquisition Regulation (AGAR). This contract incorporates one or more clauses by reference, with the same force and affect as if they were given in full text. The full text of these clauses may be accessed electronically at: http://www.arnet.gov/far/. 52.204-7, System for Award Management (OCT 2016); 52.209-6, Protecting the Government's Interests when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (OCT 2015); 52.222-26, Equal Opportunity (SEPT 2016); 52.233-3, Protest After Award (AUG 1996); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004); 52.214-21, Descriptive Literature ( APR 2002); 52.214-34, Submission of Offers in the English Language (APR 1991); 52.214-35 Submission of Offers in U.S. Currency (APR 1991); 52.247-35, F.O.B. Destination, Within Consignees Premises (APR 1984); 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JUL 2018); 52.232-33 Payment By Electronic Funds Transfer-System for Award Management (JUL 2013), 52.233-4 Applicable Law for Breach of Contract (OCT 2004), applies to this acquisition. Responses are due by 4:00 p.m. local time, on September 25, 2018, at the USDA, ARS, Eastern Regional Research Center, Administrative Office, 600 East Mermaid Lane, Wyndmoor, PA 19038. Point of Contact for this acquisition is Regina Dennis, Contract Specialist, (215) 233-6553 or e-mail regina.dennis@ars.usda.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0122e19ae24d90fcf3b3e847dcbd4892)
 
Place of Performance
Address: USDA, ARS, Eastern Regional Research Center, 600 East Mermaid Lane, Wyndmoor, Pennsylvania, 19038, United States
Zip Code: 19038
 
Record
SN05089945-W 20180916/180914230901-0122e19ae24d90fcf3b3e847dcbd4892 (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.