Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

66 -- Automated Cell Culture Processing System

Notice Date
7/31/2020 12:42:08 PM
 
Notice Type
Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00138
 
Response Due
8/17/2020 1:00:00 PM
 
Archive Date
09/01/2020
 
Point of Contact
ERIC MCKAY, Phone: 3014802406
 
E-Mail Address
eric.mckay@nih.gov
(eric.mckay@nih.gov)
 
Description
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. The solicitation number is HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00138 and the solicitation is issued as 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; FAR Subpart 13.5� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2020-07, with effective date of July 2, 2020. The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is being solicited as full and open with no set-aside restrictions This requirement is for a custom designed Automated Cell Culture Processing System with the following salient characteristics: � 1. The system must be capable of culturing multiple cell lines with cell line specific protocols. 2. It must be able to operate unattended, enabling more effective use of valuable resources 3. The system must be able to culture delicate or complex cell lines such as iPS cells and primary cells. 4. The system must be capable of maintaining stock cell lines for multiple projects. 5. The system must be equipped with automated system that decaps/caps screw���� capped tubes and provides barcode reading of 1-D and 2-D barcodes. 6. The system must be equipped with an automated centrifuge for centrifugation of deep well plates to pellet down cells. 7. The system must have a heater-shaker with 3.0 mm orbit as well as a tilting of��� plates in the y-axis for media aspiration. 8. The system must be equipped with a 4-degree media storage system 9. The system must be equipped with a 37C degree warming delivery system to enable media dispensing (30 - 5,000?L) for multiple and simultaneous media exchanges. 10. The system must be able to send system updates via email. 11. The system must automatically back up valuable information to remote media 12. The system must allow users to generate custom formatted reports as well as adjust protocol programming. 13. The system must be able to generate assay-ready plates for cell-based screening and assay development. 14. The system must be capable of processing 6, 24, 96 and 384-well standard plates and also 24 and 96-well insert plates at consecutively and/or congruently. 15. The system must be equipped with a barcode reader on the plating module to track�� plates during operation. 16. The system must enable direct imaging and counting of cells in 1 well, 6-well, 12-well and 384-well, confluence measurement and enhanced QA of cells and has to include required lenses for detailed fluorescent imaging. 17. The system must allow life cycle management support including operator training, preventative maintenance, and system upgrades. 18. Installation, training and delivery shall be performed by the contractor. 19. 12 month warranty with 6 month preventive maintenance must be included. � The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within six (6) Months after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 35 Convent Dr, Bethesda, MD 20892, Room BD 602 The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far�� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html�� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) FAR 52.225-2, Buy American Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) � The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018). HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jun 2020) NIH Invoice and Payment Provisions (2/2014) 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) technical capability (ii) price; Technical capability is significantly more important than price �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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. 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: �A 12 month warranty with 6 month preventive maintenance must be included. � The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the equipment. 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. 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 by 4:00 p.m., Eastern Daylight Time, on August 17, 2020, and reference Solicitation Number HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00138. Responses may be submitted electronically to Eric McKay at eric.mckay@nih.gov Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b564404bc130492483b2685e67f3bb62/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN05741993-F 20200802/200731230148 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.