Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 02, 2022 SAM #7428
SOLICITATION NOTICE

66 -- Beckman Coulter Access System for Acoustic Dispensing Systems with Accessories OR EQUAL

Notice Date
3/31/2022 9:38:19 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
75N95022Q00162
 
Response Due
4/11/2022 8:00:00 AM
 
Archive Date
04/26/2022
 
Point of Contact
Morgen Slager, Phone: 3014020952
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@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. (ii)� The solicitation number is 75N95022Q00162 and the solicitation is issued as a for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 6�Use of Competitive Procedures; and FAR Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2022-04 dated January 30, 2022. (iv)� The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing. Size standard in number of employees is 1,000. � (v)� �This requirement is for support services for the projects focused on the therapeutic areas of the microbiome, neurodegeneration, and addiction. (vi)� �Background: The National Center for Advancing Translational Sciences (NCATS) has newly established a Biosafety Level 3 (BSL3) Laboratory to support its ongoing SARS-CoV2 work. To facilitate screening, we propose to purchase (1) Access system that will permit acoustic dispense of compounds, incubation of the assay plates, dispensing of the detection reagents and reading of the plates on a multimode reader. This facilitates high-throughput single agent and combination assays to be performed in 1536-well plate format. This high-containment biological laboratory is required due to the added safety infrastructure required for propagation and handling of SARS-CoV2, including increased air handling requirements and greater security, not currently available within the 9800-laboratory complex. Overall this project will support ongoing work for small molecule and combination screening, in silico virtual screening, nanobody/antibody design and optimization that are part of NCATS�s ongoing work to support the pandemic response. In addition, we are performing in vitro assays to support ACTIV Trace�s efforts to characterize the response of variant SARS-CoV2 viruses to current vaccine and therapeutic interventions. Purpose: The purpose and overall goal of this contract is to obtain the necessary resources that will support ongoing work for small molecule and combination screening, in silico virtual screening, nanobody/antibody design and optimization that are part of NCATS�s ongoing work to support the pandemic response. In addition, we are performing in vitro assays to support ACTIV Trace�s efforts to characterize the response of variant SARS-CoV2 viruses to current vaccine and therapeutic interventions. Project Requirements: Contractor is responsible for providing Beckman Coulter Access System for Acoustic Dispensing Systems with Accessories OR EQUAL with the salient characteristics found in the attached Excel spreadsheet. Vendors must submit with their quote the Excel spreadsheet listing the salient characteristics required for this requirement. Please complete the spreadsheet by checking the specs provided by your company. Contractor is responsible for providing functional salient characteristics also found in the attached Excel spreadsheet. Vendors must submit with their quote the Excel spreadsheet listing the functional salient characteristics required for this requirement. Please complete the spreadsheet by checking the specs provided by your company. Deliverables: This is a one time delivery. Vendor is responsible for delivering the system within approximately 60 days after receipt of order. Data Rights, Publications and Confidentiality of Information: Contractor shall not publish any information without informing NCATS. All information is confidential and NCATS will solely determine date for publication or publicity or patenting. All information shared between NCATS and contractor is confidential. The time or method for publication will be determined by NCATS. (vii)��Period of Performance: This is a one-time delivery The Government anticipates award of a firm fixed-price purchase order for this acquisition. (viii)� 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) HHS reserves the right to exercise priorities and allocations authority with respect to this��contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A:�Health Resources Priorities and Allocations System. The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) HHS reserves the right to exercise priorities and allocations authority with respect to this contract, to include rating this order in accordance with 45 CFR Part 101, Subpart A: Health Resources Priorities and Allocations System. The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)� The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; and b. Price (x)� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)��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. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)� 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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. 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 offers must be received by 11:00 a.m., Eastern Daylight/Standard Time, on Monday, April 11, 2022, and reference Solicitation Number 75N95022Q00162. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b3069b2d9c03428c8b26eccc05832f29/view)
 
Record
SN06286618-F 20220402/220331230113 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.