Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

66 -- 2 Each Flow Cytometer For ARL - Solicitation Documents

Notice Date
9/10/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - APG (W911QX) Adelphi, 2800 Powder Mill Road, Building 601, Adelphi, Maryland, 20783-1197, United States
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX19Q0199
 
Archive Date
10/2/2019
 
Point of Contact
Solomon Raphael, Phone: 3013945351, Joseph M. Dellinger, Phone: (301) 394-0769
 
E-Mail Address
solomon.a.raphael.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil
(solomon.a.raphael.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Provisions and Clauses Evaluation Criteria Salient Characteristics COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1. Class Code: 66 2. NAICS Code: 334516 3. Subject: Two (2) identical flow cytometer systems to be ordered together. One (1) to be delivered to the Army Research Laboratory (ARL) in Adelphi, MD and one (1) to be delivered to ARL South at the University of Texas (UT) Austin. 4. Solicitation Number: W911QX19Q0199 5. Set-Aside Code: N/A 6. Response Date: 17 September 2019 7. Place of Delivery/Performance: U.S. Army Research Laboratory 2800 Powder Mill Road Adelphi, Maryland 20783 University of Texas Austin (ARL South) 2506 Speedway Austin, Texas 78712 8. (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W911QX19Q0199. This acquisition is issued as a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-04. (iv) The associated NAICS code is 334516. The small business size standard is 1,000 employees. (v) The following is a list of contract line item number(s) (CLIN) and items, quantities and units of measure, (including option(s), if applicable): CLIN 0001: Two (2) flow cytometer systems, to include shipping charges. One (1) cytometer shall be delivered to ARL Adelphi and one (1) shall be delivered to ARL South at UT Austin. (vi) Description of requirements: The United States (U.S.) Army Research Laboratory (ARL) requires two (2) identical flow cytometer systems. The required flow cytometer systems shall meet the following salient characteristics: • Contain the following four (4) excitation lasers: o 488 plus minus (+/-) 3 nanometers (nm) o 405 +/- 3 nm o 638 +/- 3 nm o 561 +/- 3 nm • Measure intensity of wavelength-separated emitted fluorescence light with at least 12 discrete detectors or color channels across the spectrum spanning at least 500-800 nm. This specification shall be met with a single configuration of included filters, equipment, or accessories. • Contain forward-scatter and side-scatter measurement channels in addition to fluorescence channels. • Capable of detecting and measuring individual cells between 1 and 30 micrometers (µm) in diameter. • Includes spectral analysis capabilities to unmix or deconvolute emitted light from overlapping fluorophores. • Autosampler that accepts samples in 96-well plates. • Autosampler is capable of cooling source plates down to at least 10 degrees (º) Celsius (C) and maintain that cooled temperature for at least 24 continuous hours. • Autosampler self-cleans between each sample to minimize cross-contamination. • Alignment of lasers or optics, either via manual controls or within the software must be performed automatically by the system. • Nominal fluorescence sensitivities of no more than: 120 Molecules of Equivalent Soluble Fluorochrome (MESF) for the Fluorescein Isothiocyanate (FITC) and Polyethylene (PE) channels. • Must be Underwriters Laboratories (UL), Conformité Européenne (CE), and Canadian Standards Association (CSA) compliant. • Includes a workstation that runs Microsoft Windows 10 Operating System (or an equivalent operating system), has a Digital Versatile Disc - Rewritable (DVD-RW) drive, and includes a flat-screen monitor with diagonal screen size of at least 27 inches (in.). o The workstation shall have the computing speed and power to run the instrument under all conditions and enough drive capacity to store data for at least 10,000 samples. • Includes all applicable software to run the instrument and to acquire, store, process, and export all collected data. • Capable of subtracting autofluorescence from measured samples. • The benchtop of the instrument (main body plus autosampler) cannot exceed the following dimensions: o 36 in. wide o 30 in. deep o 40 in. tall • The floor and fluidics cart portion of the instrument, including full fluid tanks, cannot exceed the following limits: o 36 in. wide o 30 in. deep o 34 in. tall • A minimum of a two (2) year warranty covering parts and labor. • One (1) system shall be delivered to the U.S. ARL in Adelphi, MD and one (1) system shall be delivered to the U.S. ARL South at the University of Texas (UT) Austin. (vii) Delivery is required No Later Than (NLT) thirty (30) days After Received Order (ARO). Delivery shall be made to U.S. Army Research Laboratory (ARL), Adelphi, Maryland 20783 and ARL South, Austin, TX 78712. Acceptance shall be performed at U.S. ARL, Adelphi, Maryland 20783 and ARL South, Austin, TX 78712. The FOB point is Destination. (viii) The provision at 52.212-1, Instructions to Offerors - Commercial DEVIATION 2018-O0018, applies to this acquisition. The following addenda have been attached to this provision: NONE. (ix) The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The Contracting Officer determines that past performance need not be evaluated because the services being purchased are of a low complexity that past performance information would not make a substantial difference. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Price will be evaluated based on the total proposed price, including options, (if any). (x) Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. (xi) The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause NONE. (xii) The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items, applies to this acquisition. The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2016) 52.209-6 PROTECTING THE GOVERNMENT' INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 DEVIATION 2019-O0003 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (NOV 2016) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2016) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 52.222-50 COMBATING TRAFFICKING IN PERSONS (MAR 2015) 52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE DRIVING (AUG 2011) 52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER-CENTRAL CONTRACTOR REGISTRATION (JUL 2013) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) (xiii) The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2019) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.225-7052 RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS AND TUNGSTEN (APR 2019) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018) ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM - ALC DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS (xiv) This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. (xv) The following notes apply to this announcement: In accordance with FAR 32.003, contract financing cannot not be provided for this acquisition. (xvi) Offers are due on 17 September 2019, by 11:59 AM ET, by email to Contract Specialist, Solomon Raphael solomon.a.raphael.civ@mail.mil or Acquisition Specialist, Adaleta Dougherty adaleta.dougherty2.ctr@mail.mil. (xvii) For information regarding this solicitation, please contact Contract Specialist, Solomon Raphael solomon.a.raphael.civ@mail.mil or Acquisition Specialist, Adaleta Dougherty adaleta.dougherty2.ctr@mail.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/4f6b19745b1f1dc5655c369fc6c46f7c)
 
Place of Performance
Address: U.S. Army Research Laboratory, 2800 Powder Mill Road, Adelphi, Maryland, 20873, United States
Zip Code: 20873
 
Record
SN05438589-W 20190912/190910231207-4f6b19745b1f1dc5655c369fc6c46f7c (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.