Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 20, 2022 SAM #7568
SOLICITATION NOTICE

J -- Combustion Module -Cavity Ring Down Spectrometer (CM-CRDS) Unit

Notice Date
8/18/2022 8:32:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
FDA OFFICE OF ACQ GRANT SVCS Beltsville MD 20705 USA
 
ZIP Code
20705
 
Solicitation Number
FDA-RFQ-22-1254688
 
Response Due
8/22/2022 7:00:00 AM
 
Archive Date
09/06/2022
 
Point of Contact
Cynthia Martin
 
E-Mail Address
cynthia.martin@fda.hhs.gov
(cynthia.martin@fda.hhs.gov)
 
Description
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. This acquisition is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through FAR FAC 2022-07 August 10, 2022. For purposes of this acquisition, the associated NAICS code is 334516. Line Item Structure: The following is a contract line item number(s), quantities, and units of measure, (including option(s), if applicable): Line Item 0001 � Combustion Module -Cavity Ring Down Spectrometer (CM-CRDS) Unit Specifications/Requirements: The U.S. Food and Drug Administration (FDA), Pacific Northwest Laboratory (PNL) expects to utilize the requested equipment to validate and implement existing methods for the analysis of lemon juice and honey, as well as any other commodities Center for Food Safety and Nutrition (CFSAN) has an interest in.�� All of the following are minimum requirements.� Equivalent requirements that differ from these minimum requirements must be justified by the proposing vendor and evaluated by the Project Officer prior to the award notification. Minimum Technical Specifications Critical Requirements Must utilize Cavity Ring-Down Spectroscopy (CRDS) technology. Time-based laser measurement for quantifying ?13C (Delta-carbon 13) ratios in CO2 (carbon dioxide) and CO2 concentration. . Unit must have a Wavelength monitor (WLM) controls laser wavelength to within 2 MHz for precise quantification of spectral features. All analyzer data files must be in universal data format, compatible for easy export and analysis. The unit shall come with a combustion module with a furnace, a minimum of 50-position carousel autosampler, and have user replaceable inserts for removal of ash without the need for a service call. Combustion module must be capable of reaching 980 �C, use N2 (nitrogen) as a carrier gas, and O2 (oxygen) as a combustion gas. The unit shall come with the proper hardware and software to interface the combustion module with the isotopic analyzer. Unit shall be able to achieve a guaranteed ?13C sample-to-sample precision of <0.4� for a carbon content in a sample of at least 250 ?g and achieve a typical ?13C sample-to-sample precision of 0.2%-0.3% for a carbon content in a sample of at least 400 ?g. The instrument must have an option to ensure precision by pulsing CO2 reference gas during the analysis. Unit must weight no more than a combined 250 pounds and total footprint no greater than 70� x 30� (WxHxD). Trade and Service Specifications The system shall be a newly manufactured unit, not used and refurbished or previously used for demonstration. All Software shall be multi-users capable from set up through results, automated sequence table, and data analysis. The system shall include a computer that meets the recommended requirements needed to fully operate the instrument control software and capable of connecting to a Local Area Network.� Other peripherals including a monitor (at least 19 inches diagonal), a keyboard, a mouse and a printer are required. The instrument must have reliable operation and durability with minimum maintenance; fully automated methods and extended sample-handling capability for walk-away operations. On-site familiarization/training for up to two FDA analysts covering operation of the instrument, software use, and general maintenance shall be supplied during initial installation. A one-year warranty is required with the purchase and shall include at a minimum:� coverage on all non-consumable items and parts supplied including base instrument, computer and monitor, unlimited on-site service visits for warranty repairs, factory-certified replacement parts which are deemed necessary by the manufacturer/vendor for maintaining optimal operation, engineer labor and travel costs, and software updates and notifications. Vendor shall provide, at no additional cost, an annual preventative maintenance service prior to the end of the warranty in accordance with OEM guidelines. Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced.� In addition, the Contractor shall provide monthly reports to the COR or COR Designee, not later that the 5th workday following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month (during months that work is performed). Deliverables� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Quantity� � � Delivery Date CM-CDRS provided with all peripheral equipment and supplies.� � � � � �1� � � � � � � �Within 60 days of award. Installation and setup of CM-CRDS� � � � � � � � � � � � � � � � � � � � � � � � � � � � 1� � � � � � � �Within 30 days of delivery. Familiarization Training � up to 5 users� � � � � � � � � � � � � � � � � � � � � � � � ��1� � � � � � � � Within two weeks after installation and� setup Year One PM Service� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � 1� � � � � � � �Within 30 days prior to expiration of warranty Service Reports� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �Varies� � � � � �Not later that the 5th workday following the� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �completion of the service Shipping Destination FOB Destination: US Food & Drug Administration Pacific Northwest Laboratory ATTN: To be determined at the time of the award 22201 23rd Drive SE Bothell, WA� 98021 The Contractor shall provide the COR or COR Designee with at least one (1) week�s written notice prior to delivery.� Contractor shall coordinate with the COR or COR Designee when scheduling delivery date. When vendor representatives/shipping company arrive on site to deliver the items, they will need to provide valid U.S. photo identification to check-in with the on-site Security Guards to enter the premises.� Delivery shall occur (Monday � Friday) between the times of 8:00 AM � 4:00 PM, excluding Federal holidays or Federal Closures.� Federal holidays are listed below, and specific dates can be found at the following site: https://www.opm.gov/policy-data-oversight/pay-leave/pay-administration/fact-sheets/holidays-work-schedules-and-pay: New Year�s Day� �������������� Martin Luther King, Jr. Day Presidents Day Memorial Day Juneteenth Day Independence Day Labor Day Columbus Day Veterans Day Thanksgiving Day Christmas Day If vendor representatives arrive on site to deliver / install equipment, they will need to provide proper U.S. photo identification to check-in with the Federal Protective Service (FPS) Security Guards in order to enter the building.� The vendor representatives will receive an �Escort Required� temporary badge, which must always be worn in the building and will remain escorted by lab personnel during their visit.� If vendors need to enter the laboratory, safety glasses and covered footwear must be worn. When their work is complete, the vendor representatives will provide the lab personnel a work order or service receipt detailing the requirements of the visit.� The vendor representatives will check-out with the same FPS Security Guards, turning in their temporary badge.� Tobacco, of any form, e-cigarettes, firearm, or weapons are not permitted on Federal Property, in Federal Buildings or parking lots.� The Government may impose additional safety measures during a pandemic or public health emergency to protect employees and visitors from communicable disease. Government-Furnished Property, Material, Equipment, or Information (GFP, GFM, GFE, or GFI) The Government will not provide any equipment to the Contractor. Security No confidential, sensitive or PII information are generated by this equipment.� No confidential, sensitive or PII information are generated or stored on the scientific computer. This component contains no Information Technology hardware or software. It will connect to an existing system that meets all government security requirements. Travel Contractor shall be responsible for all travel necessary to complete the requirements of this award. Special Material Requirements There are no special material requirements associated with this purchase. Other Unique Requirements Beyond the instrument�s characteristics, there are no additional unique requirements associated with this purchase Place of Performance The requested equipment will operate in the Chemistry Section of the FDA Pacific Northwest Laboratory, 22201 23rd Drive SE, Bothell, WA 98021 Period of Performance The Period of Performance begins the date of contract award execution and continues for one year (or longer depending on how long the OEM offered warranty period is) from the date of formal government acceptance.� �� Type of Contract: Firm-Fixed-Price (FFP); The Government anticipates issuing a firm fixed-price purchase order. Set Aside: N/A Instructions to Offeror for Proposal Submission FAR 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services (Nov 2021) PROPOSAL SUBMISSION FORMAT: *The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition. * QUOTES DUE: All quotes are due, electronically via email to Cynthia.Martin@fda.hhs.gov for the RFQ no later than August 22, 2022, 10:00 a.m. Eastern Time. Late submissions may not be evaluated. The subject line shall read: FDA-RFQ-22- 1254688� PNL Purchase of Combustion Module -Cavity Ring Down Spectrometer (CM-CRDS) Unit The offeror or applicant shall submit all electronic documents for Microsoft Office suite products without the use of �macros�. When submitting proposals via email, DO NOT include .exe, .mso, or any other executable file types that could potentially trigger email security protections (i.e., email blocks, quarantine). If the offeror or applicant submits documents that contain macros, macro referenced files, and/or executable files, the Government will not be able to view or open such documents and the submission will be considered non-responsive to the solicitation. No additional time will be given to an offeror or applicant to correct the document submission and the Government will not inform the offeror or applicant that their submission is non-responsive prior to award. It is the offeror�s or applicant�s responsibility to ensure all electronic documents are submitted without the use of macros. Basis for Award/Evaluation Criteria The Government shall award a firm fixed price contract resulting from this solicitation to the responsible Quoter using the lowest price, technically acceptable (LPTA) evaluation method. The Government intends to evaluate quotes and award an order without discussions. Quoters' initial quote should contain the Quoters� best terms from a price standpoint. The Government requests the Contractor to provide discounts off their established pricing for each line item. The Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The following factors shall be used to evaluate quotes: Lowest price, technically acceptable (LPTA). FDA Electronic Invoicing and Payment Requirements - Invoice Processing Platform (IPP) (Jan 2022) (a)��������� All Invoice submissions for goods and or services must be made electronically through the U.S. Department of Treasury�s Invoice Processing Platform System (IPP). http://www.ipp.gov/contractors/index.htm (b)��������� Invoice Submission for Payment means any request for contract financing payment or invoice payment by the Contractor. To constitute a proper invoice, the payment request must comply with the requirements identified in in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract, or the clause 52.212-4 Contract Terms and Conditions � Commercial Items included in commercial items contracts. The IPP website address is: https://www.ipp.gov. (c)���������� ----- (1)��������� The Agency will enroll the Contractors new to IPP.� The Contractor must follow the IPP registration email instructions for enrollment to register the Collector Account for submitting invoice requests for payment.� The Contractor Government Business Point of Contact (as listed in SAM) will receive Registration email from the Federal Reserve Bank of St. Louis (FRBSTL) within 3 � 5 business days of the contract award for new contracts or date of modification for existing contracts. (2)��������� Registration emails are sent via email from ipp.noreply@mail.eroc.twai.gov.� Contractor assistance with enrollment can be obtained by contacting the IPP Production Helpdesk via email to IPPCustomerSupport@fiscal.treasury.gov or phone (866) 973-3131.� (3)��������� The Contractor POC will receive two emails from IPP Customer Support, the first email contains the initial administrative IPP User ID. The second email, sent within 24 hours of receipt of the first email, contains a temporary password. You must log in with the temporary password within 30 days. (4)��������� If your company is already registered to use IPP, you will not be required to re-register. (5)��������� If the Contractor is unable to comply with the requirement to use IPP for submitting invoices for payment as authorized by HHSAR 332.7002, a written request must be submitted to the Contracting Officer to explain the circumstances that require the authorization of alternate payment procedures.� (d)��������� Invoices that include time and materials or labor hours Line Items must include supporting documentation to (1) substantiate the number of labor hours invoiced for each labor category, and (2) substantiate material costs incurred (when applicable). (e)��������� Invoices that include cost-reimbursement Line Items must be submitted in a format showing expenditures for that month, as well as contract cumulative amounts. (1)��������� At a minimum the following cost information shall be included, in addition to supporting documentation to substantiate costs incurred. -������������� Direct Labor - include all persons, listing the person's name, title, number of hours worked, hourly rate, the total cost per person and a total amount for this category. -������������� Indirect Costs (i.e., Fringe Benefits, Overhead, General and Administrative, Other Indirect)- show rate, base and total amount. -������������� Consultants (if applicable) - include the name, number of days or hours worked, daily or hourly rate, and a total amount per consultant. -������������� Travel - include for each airplane or train trip taken the name of the traveler, date of travel, destination, the transportation costs including ground transportation shown separately and the per diem costs. Other travel costs shall also be listed.�� -������������� Subcontractors (if applicable) - include, for each subcontractor, the same data as required for the prime Contractor. -������������� Other Direct Costs - include a listing of all other direct charges to the contract, i.e., ���������� office supplies, telephone, duplication, postage; and -������������� Fee � amount as allowable in accordance with the Schedule and FAR 52.216-8 if applicable. (f)���������� Contractor is required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes: (1)��������� list of all invoices submitted to date under the subject award, including the following: -������������� invoice number, amount, & date submitted -������������� corresponding payment amount & date received -������������� total amount of all payments received to date under the subject contract or order -������������� and, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance. (g)��������� Payment of invoices will be made based upon acceptance by the Government of the entire task or the tangible product deliverable(s) invoiced.� Payments shall be based on the Government certifying that satisfactory services were provided, and the Contractor has certified that labor charges are accurate.� (h)��������� If the services are rejected for failure to conform to the technical requirements of the task order, or any other contractually legitimate reason, the Contractor shall not be paid, or shall be paid an amount negotiated by the CO. (i)����������� Payment to the Contractor will not be made for temporary work stoppage due to circumstances beyond the control of U.S. Food and Drug Administration such as acts of God, inclement weather, power outages, and results thereof, or temporary closings of facilities at which Contractor personnel are performing.� This may, however, be justification for excusable delays. (j)���������� The Contractor agrees that the submission of an invoice to the Government for payment is a certification that the services for which the Government is being billed, have been delivered in accordance with the hours shown on the invoices, and the services are of the quality required for timely and successful completion of the effort. (k)��������� Questions regarding invoice payments that cannot be resolved by the IPP Helpdesk should be directed to the FDA Employee Resource and Information Center (ERIC) Helpdesk at 301-827-ERIC (3742) or toll-free 866-807-ERIC (3742); or, by email at ERIC@fda.hhs.gov.� Refer to the Call-in menu options and follow the phone prompts to dial the option that corresponds to the service that's needed.� All ERIC Service Now Tickets will either be responded to or resolved within 48 hours (2 business days) of being received.�� When emailing, please be sure to include the contract number, invoice number and date of invoice, as well as your name, phone number, and a detailed description of the issue. (END OF CLAUSE) FAR / HHSAR Clauses: I. 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: In addition to the requirements set for the in FAR 52.212-1, all offers responding to this solicitation must provide their business size in relation to the NAICS code contained in this solicitation and shall identify any socioeconomic categories to which they belong. II. Evaluation Criteria - The specific evaluation criteria to be used are as follows: Lowest price technically acceptable (LPTA). III. Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. IV. The clause at 52.212-4, Contract Terms and Conditions - Commercial Products and Commercial Services, applies to this acquisition. The following addenda have been attached to this clause � Not Applicable V. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Products and Commercial Services applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Nov 2021) 52.219-28, Post Award Small Business Program Representation (Sep 2021) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2022) 52.222-21, Prohibition of Segregated Facilities (Apr 2015) 52.222-26, Equal Opportunity (Sept 2016) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) 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 (Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) 52.204-24 Representations Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Nov 2021) 352.239-73 Electronic and Information Technology Accessibility Notice (Dec 2015) 352.239-74 Electronic and Information Technology Accessibility (Dec 2015) 352.232-71 Electronic Submission of Payment Requests (FEB 2022) (a)��������� Definitions. As used in this clause� Payment request means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. (b)��������� Except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Department of Treasury Invoice Processing Platform (IPP) or successor system. Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c)���������� The Contractor may submit payment requests using other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with HHS procedures. (d)��������� If alternate payment procedures are authorized, the Contractor shall include a copy of the Contracting Officer's written authorization with each payment request. (END OF CLAUSE) VII. This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A VIII. The following notes apply to this announcement: N/A Section 508 Requirements The following standards are applicable for this requirement: Must meet WCAG 2.0 A and AA E101.2 Equivalent Facilitation (Appendix A, Application and Scoping Requirements) E203 Access to Functionality (Appendix A, Application and Scoping Requirements) E204 Functional Performance Criteria (Appendix A, Application and Scoping Requirements) E205 Electronic Content (Appendix A, Application and Scoping Requirements) E208 Support Documentation and Services (Appendix A, Application and Scoping Requirements) Chapter 6 Support Documentation and Services (Appendix C, Functional Performance Criteria and Technical Requirements) 302 Functional Performance Criteria (Appendix C, Functional Performance Criteria and Technical Requirements) Electronic content must be accessible to HHS acceptance criteria. Checklist for various formats are available at�https://www.hhs.gov/web/section-508/accessibility-checklists/index.html, or from the Section 508 Coordinator listed at�https://www.hhs.gov/web/section-508/additional-resources/section-508-contacts/index.html. Materials that are final items for delivery should be accompanied by the appropriate checklist, except upon approval of the Contracting Officer or Representative.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/a913d1afec9c4a078fdf8cb133922bc9/view)
 
Place of Performance
Address: Bothell, WA 98021, USA
Zip Code: 98021
Country: USA
 
Record
SN06432280-F 20220820/220818230122 (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.