Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 18, 2023 SAM #7842
MODIFICATION

66 -- Laser Diffraction Particle Size Analyzer and a Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer

Notice Date
5/16/2023 11:42:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NCATS BETHESDA MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95023Q00252CSS
 
Response Due
5/23/2023 8:00:00 AM
 
Archive Date
06/07/2023
 
Point of Contact
Morgen Slager
 
E-Mail Address
morgen.slager@nih.gov
(morgen.slager@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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 75N95023Q00252CSS 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 13�Simplified Acquisition Procedures; and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. This action is a Small Business Set-Aside. (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02 dated March 16, 2023. (iv) The associated NAICS code is 334516 Analytical Laboratory Instrument Manufacturing (v)� This requirement is for a Laser Diffraction Particle Size Analyzer and a Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer. (vi)��Background: The National Institutes of Health (NIH), National Center for Advancing Translational Sciences (NCATS), Therapeutic Development Branch (TDB) partners with researchers across NIH to generate preclinical data and clinical-grade material for use in Investigational New Drug (IND) applications to a regulatory authority.� To accomplish these goals, a brand new formulation laboratory dedicated to preclinical research will be opened in the fall of 2023.� In the new laboratory, scientists will research formulation and manufacturing processes to optimize products� composition, dosage form, and delivery system to ensure that they are safe, stable, and effective.� Specialized Instruments essential for formulation development include equipment for formulation preparation, analytical assay, and stability studies. Moreover, the newly established formulation laboratory will be responsible for producing small-scale engineering batches of the studied drugs. The expertise and insights gained from these manufacturing processes and analytical tests will be shared with our collaborators to ensure the successful production of high-quality, GMP-compliant formulations suitable for human consumption in clinical trials. Purpose: The purpose of this to purchase a Horiba LA-960S2 Laser Diffraction Particle Size Analyzer with Solvent Resistant Pump System and a Horiba SZ-100Z2 Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer, accessories, and services for the Formulation Laboratory. Project Requirements: Generic Product: Laser diffraction particle size analyzer Dynamic Light Scattering Particle Size Analyzer Brand Name or Equivalent: (1) Specify trade name; Horiba (2) Specify product�s brand name; Partica LA-960S2 and SZ-100Z2 (3) Specify� manufacturer's name; Horiba Instruments Inc. (4) Specify model, type, catalog, and/or part number(s)> Horiba Partica LA-960S2 Laser Diffraction Particle Size Analyzer With Solvent Resistant Pump System Horiba SZ-100Z2 Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer Salient Characteristics: Horiba Partica LA-960S2 Laser Diffraction Particle Size Analyzer With Solvent Resistant Pump System 3200773310 - LA-960S2 Laser Diffraction Particle Size Analyzer With Solvent Resistant Pump System Flow Cell Drain Tubing Fill tubing Applicators Instrument control software 5505258009 - Instrument Control Computer System Dell or HP brand Personal Computer Monitor 5500526306 - 1 um PSL Standard 5500007203 - PowderJet Dry Feeder System Feeder Vacuum Compressor 3200022742 - Fraction Cell Holder For LA-950 & LA-960 3014043315 - Fraction Cell, 10ml 5200837494 � Imaging Unit Accessory Measurable range for image analysis: 9-1000 um Resolution: 0.73 um Speed: Greater or equal to 4 fps 3200748699 - LY-9609 High Concentration Cell Set 5500525589 � 100 um PSL Standard for LA-950 & LA-960 50000055 - Installation and Training On-Site for hardware, software and accessories 5500602716 - Wooden Shipping Crate 5500602713 - Wooden Shipping Crate with Foam 50000082 - Second Year System Warranty Horiba SZ-100Z2 Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer 3200771547 - SZ-100Z2 Dynamic Light Scattering Particle Size Analyzer with Zeta Potential Analyzer Sizing Cells Zeta Cells 5500526258 - 100 nm PSL Standard 50000055 - Installation and Training On-Site for hardware, software and accessories 5500602713 - Wooden Shipping Crate for SZ-100Z2 50000082 - Second Year System Warranty (vii)��Period of Performance: Delivery is to be six months after receipt of the award (ARO). Additionally, a two-year factory warranty. The Government anticipates award of a Firm Fixed Price contract 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) 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 (Aug 2020) FAR 52.211-6 Brand Name or Equal (Aug 1999) 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) 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; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)].� (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. 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 Unique Entity ID (UEI), 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 Tuesday, May 23, 2023, and reference Solicitation Number 75N95023Q00252CSS. 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/c7a2f39a2235444ca6c532f2b4823bbc/view)
 
Place of Performance
Address: Rockville, MD 20850, USA
Zip Code: 20850
Country: USA
 
Record
SN06683517-F 20230518/230517212019 (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.