MODIFICATION
66 -- COMBINED SYNOPSIS / SOLICITATION COMPETITIVE: Flow Cytometer with Associated Software and Installation
- Notice Date
- 5/21/2020 8:39:38 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- NIMH20003786RFQ
- Response Due
- 6/1/2020 2:00:00 PM
- Archive Date
- 06/16/2020
- Point of Contact
- Michael Horn
- E-Mail Address
-
michael.horn@nih.gov
(michael.horn@nih.gov)
- Description
- STREAMLINED SOLICITATION FOR COMMERCIAL ITEMS COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Flow Cytometer with Associated Software and Installation �(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 NIMH20003786 and the solicitation is issued as an a request for quotation (RFQ). 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 and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-05 dated 2/27/20. (iv)������ The associated NAICS code 334516 and the small business size standard is 1000 employees.� This requirement is full and open with no set-aside restrictions. (v)������� The Section on Functional Neuroanatomy does research on the cellular and molecular interactions between the immune system and the brain to elucidate how neuroimmune communication contributes to affective states in animals. The cells that communicate between the brain and the immune system can be isolated and characterized by flow cytometry.� Multiple markers applied to a given cell population can provide valuable information about psychological stress effects on the identified cells.� The requested flow cytometer allows simple and rapid assessment of the cell characteristics.� Understanding of the bases for communication could lead to novel targets and treatments for affective disorders in humans.� (vi)������ Purchase Description: Flow Cytometer with Associated Software and Installation. Quantity: One (1) Flow Cytometer with associated installation and setup. Salient characteristics: Compact, easy to use, requires minimal training. Automated maintenance functions. Able to detect up to 13 markers on cells in a single sample. 3 laser configuration: 405 nm Violet (5 channels), 488 nm Blue (5 channels), 638 nm Red (3 channels). Upgradable channel configurations without mechanical alterations of instrument. Acquisition rate of 30,000 events per second. Fixed and customizable flow rates. Includes PC and associated software, .fcs file export capability. Ability to detect <100nm Nanoparticles. Configured to add an optional 96 well autoloader at a later date. One year warranty on parts and labor. Instrument installation, PC setup, and software installation. (vii)����� Delivery Date:120 days after receipt of order. Place of Delivery/Acceptance: NIH 9800 Rockville Pike Bldg10, Rm10N218 Bethesda, 20892 FOB: Destination (viii)���� The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) price; (ii) technical capability of the item offered to meet the Government requirement.� The agency will first evaluate offerors� prices, and then evaluate the apparent lowest-priced quote to determine if it is technically acceptable. If the lowest-price quote is evaluated as unacceptable, then the agency will consider the acceptability of the next lowest-price quote, continuing this process as necessary. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offerors to include a completed copy of Attachment 2: FAR Provisions 52.204-24, 52.204-26 and 52.212-3 with its offer. (xi)������ The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition.�� (xii)����� FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition.� See Attachment 3 for FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 that are applicable to this acquisition. (xiii)���� The following additional contract requirement(s) or terms and conditions as determined by the Contracting Officer are necessary for this acquisition and consistent with customary commercial practices. Warranty: Following setup, one year warranty on parts and labor. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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.� 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.� (xvi)���� Closing Information All responsible sources may submit a quotation which will be considered by the agency. �All responses must be received by 5:00 PM, Monday, June 1, 2020 and reference number NIMH20003786. �Responses must be submitted electronically (e-mail) to michael.horn@nih.gov. �Fax responses will not be accepted. Any questions must be submitted by 5:00 PM EST on Wednesday, May 27, 2020.� All questions must be submitted electronically (e-mail) to michael.horn@nih.gov and reference number NIMH20003786.� Telephone inquiries will not be honored. (xvii)���� Attachments Attachment 1 � Purchase Description Attachment 2 � FAR Provisions 52.204-24, 52.204-26 and 52.212-3 Attachment 3 � FAR Clauses 52.212-4 and 52.212-5
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/f0715232f6ab4e4195c708905be5a739/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05665790-F 20200523/200521230213 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |