Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2011 FBO #3543
SOLICITATION NOTICE

66 -- E210 High Performance Ultrasonicator

Notice Date
8/5/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
FDA-SOL-1088508
 
Archive Date
8/27/2011
 
Point of Contact
Jacqueline L Warren, Phone: 718-662-5463, Jacqueline L Warren, Phone: 718-662-5463
 
E-Mail Address
jacqueline.warren@fda.hhs.gov, jacqueline.warren@fda.hhs.gov
(jacqueline.warren@fda.hhs.gov, jacqueline.warren@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 12 & 13 of Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; the FDA is requesting quotes and will not issue a written solicitation. The solicitation number is FDA-SOL-1088508. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-53, August 4, 2011. The associated North American Industry Classification System (NAICS) Code is 334516, and the Small Business Size Standard is 500 Employees. Required products and services: The Food and Drug Administration is soliciting for instrumentation, supporting supplies, equipment, and services Brand Name or Equal to as follows: Clin No., Product No., Description of item, Quantity, Unit of Issue, Unit Price, Extended Price 0001 500008 Covaris E210 High Performance Ultrasonicator Batch or single sample processing - includes computer 1 EA 0002 500119 E-Series - DNA Kit24 1 EA 0003 500144 E-Series - DNA Kit96, 96 Microtube with Crimp-Caps 1 EA 0004 500111 TR24micro Rack for (24) 6mm tubes with Snap-Caps For E-Series 1 EA 0005 500143 TR96micro Rack for (96) 6mm Tubes for 520031, 520041, or 520052 1 EA 0006 520051 96 microtube Plate 2 EA 0007 500163 Water Conditioning System 1 EA 0008 510028 CH02 Recirculating Chiller 350 Watt - For Covaris Instruments 1 EA 0009 530013 Installation and On-Site Training - 1/2 Day 1 EA 0010 530038 Option year 1: Service & Maintenance Agreement (not to be paid up-front) Full Second Year Discounted Service Contract For E-Series 1 EA 0011 530038 Option year 2: Service & Maintenance Agreement (not to be paid up-front) Full Third Year Discounted Service Contract For E-Series 1 EA 0012 530044 Option year 1: Service & Maintenance Agreement (not to be paid up-front) Full Second Year Discounted Service Contract For WCS. 1 EA The products and services must meet the following requirements: Statement of Work (SOW): The Food and Drug Administration, Division of Microbiology currently has an S-series single-sample ultrasonicator, but needs to upgrade to the newer version, a high performance ultrasonicator, for high-throughput applications where it's necessary to process multiple samples. An instrument that will provide an automated system for DNA extraction and fragmentation prior to next generation sequencing to increase our capability on the specific DNA sequence-based genetic structures and reagents. It is important that we use a high performance ultrasonicator so that the extracted DNA is fully compatible with our existing genomics pipeline. Part I: Work Requirements A. Technical Requirements The Food and Drug Administration (FDA) needs an instrument that meets the full integration needed for DNA extraction and fragmentation prior to library construction to then be submitted to next generation sequencing pipeline for preparation prior to running 454 Roche instrument. We require a DNA extraction and fragmentation system that has full programs ready to go for steps that complete DNA extraction and fragmentation in the size range of 100 bp to 8,000 bp and can run a 96 well format. The Food and Drug Administration (FDA) requires an automated DNA extraction and fragmentation system that meets the following combined specifications: Hardware 1. The vendor must provide, minimize and disclose all dangerous chemicals properties of the reagent system, if any. 2. The vendor system should be a fully automated DNA extraction and fragmentation solution for the preparation of bacterial DNA prior to library construction compatible with and the Roche GS 454 FLX DNA Sequencer. 3. The vendor's system must be capable of performing size selection with ultra-sonification methods with Precisely controlled and adjustable energy delivery so that there is No heat damage, higher recovery and Standardized processes for highly reproducible 4. The vendor's system must have Non-contact, in closed vessel so that there is No cross contamination, no clean-up, no aerosol. 5. The vendor's system must be a bench top solution. 6. The vendor's system setup for preparing 96 samples should not exceeds more than 90 minutes. 7. The vendor's system must be able to process 96 samples for DNA extraction and fragmentation in less than 4 hours. 8. The system should have a minimum 1 year warranty, plus 2 option years. Warranties shall be for the product explicitly stated. Technical support shall be of quality and availability to ensure the successful installation, configuration, training and management of the equipment within the FDA. B. Deliverables: Delivery of equipment to be (30) days after receipt of Award. Supporting documentation to be provided upon request. Part II: Supporting Information A. Security: N/A B. Place of Performance: Work shall be performed at the FDA's facility. C. Period of Performance: 30 Days, ARO D. Special Considerations: N/A EVALUATION METHOD Quotes will be evaluated on a Lowest Priced, Technically Acceptable (LPTA) basis. If submitting an "equal to" technical quotation, please provide documentation to demonstrate that the product being offered meets the salient characteristics in the Statement of Work (SOW) Part I A and B and Part II A, B, C, and D. A product must meet the salient characteristics in order to be considered technically acceptable. An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. Contract Type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized. The clause at FAR 52.204-7, Central Contractor Registration, applies to this solicitation. Note: In order to receive an award from the Food and Drug Administration contractors must have a valid registration in the Central Contractor Registration (CCR). CCR Requirement-Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov. The provision at FAR 52.212-1, Instructions to Offerors - Commercial items, applies to this acquisition. The provision at FAR 52.212-2 Evaluation - Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows: 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 of the item offered to meet the Government requirement; (ii) past performance (see FAR 15.304); (iii) price. Technical and past performance when combined, are equal when compared to price. The technical evaluation will be determination as to whether the proposed contractor is capable of completing the work. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustration, drawings, or other information) necessary for the government to determine whether the product meets the technical requirements. Past performance will be evaluated based on information provided by the offeror as to actual performance to industry or government agencies. The government will award a contract to the offeror whose offer conforms to this solicitation and will be most advantageous to the government, price and other factors considered. The government reserves the right to make an award without discussions. The provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, applies to this acquisition. An Offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following agenda have been attached to the clause: None. The clause at FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-8, 52.219-14, 52.219-28, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-41, 52.222-50, 52.223-15, 52.225-1, 52.225-3, 52.225-5, 52.225-13, 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.acquisition.gov. The clause at FAR 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Items). The clause at FAR 52-217-8, Option to Extend Services, applies to this acquisition. The clause at FAR 52-217-9, Option to Extend the Term of the Contract, applies to this acquisition. The following HHSAR provisions and/or clauses apply: 352.270-6 (Publications and Publicity) the clause can be obtained at http://www.hhs.gov/oamp/polices/hssar.doc The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. Offerors shall submit the following information as part of their technical proposal. A list of the last 3 contracts completed during the past three years and the last three contracts currently being performed that are similar in nature to the solicitation work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Include the following information for each contract or subcontract listed: 1) Name of Contracting Organization 2) Contract Number (for subcontracts, provide the prime contract number and the subcontract number) Contract Type 4) Total Contract Value 5) Description of Requirement 6) Contracting Officer's Name and Telephone Number 7) Program Manager's Name and Telephone Number Offerors may provide information on problems encountered on the identified contracts and the offeror's corrective action. The Government may use the NIH Contractor Past Performance System, technical personnel, or contact other government agencies. The offeror must include in their quotation, hourly rate, the unit price, the list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Offers are due either in person, by fax, or as a PDF attachment via e-mail on or before August 12, 2011 by 12:00 noon (Eastern Standard Time-Local Prevailing Time in Jamaica, NY), at Food and Drug Administration, OC/OSS/OAGS, Attn: Jacqueline L. Warren, 158-15 Liberty Avenue, Jamaica, New York 11433-1034. For information regarding this solicitation, please contact Jacqueline L. Warren at (718) 662-5463, FAX (718) 662-5424, email: jacqueline.warren@fda.hhs.gov Point of Contact(s): Jacqueline L. Warren, Contract Specialist, Phone (718) 662-5463, Fax (718) 662-5424, Email jacqueline.warren@fda.hhs.gov Contracting Office Address: Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 158-15 Liberty Avenue, Jamaica, New York 11433-1034
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/FDA-SOL-1088508/listing.html)
 
Place of Performance
Address: 5100 Paint Branch Parkway, College Park, Maryland, 20740, United States
Zip Code: 20740
 
Record
SN02523423-W 20110807/110805234720-929473d055f77f16bae05e079d337d11 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.