Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 14, 2012 FBO #3794
SOLICITATION NOTICE

66 -- Automated Pipetting System

Notice Date
4/12/2012
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
1101853
 
Archive Date
5/3/2012
 
Point of Contact
Sondea Blair, Phone: 8705437469
 
E-Mail Address
sondea.blair@fda.hhs.gov
(sondea.blair@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR) 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 government intends to issue a Purchase Order in accordance with FAR Part 13.106 under Simplified Acquisition Procedures. The solicitation number is 1101853. This solicitation is issued as a Request for Quote (RFQ) and is a Small Business Set Aside. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-56, 02 April, 2012. The associated North American Industry Classification System (NAICS) Code is- 334516, Analytical Laboratory Instrument Manufacturing; Small Business Size Standards is 500 in number of employees. Respondents are responsible for delivery in person, by e-mail, fax, mail or other delivery method their complete proposal and any additional documents before 9:00 am (Central Standard Time - Local Prevailing Time in Jefferson, Arkansas) on April 18, 2011 to sondea.blair@fda.hhs.gov, Fax (870) 543-7990, or mail to the U. S. Food and Drug Administration, OO/OFBA/OAGS/DAP, Attention of Sondea Blair, 3900 NCTR Road, Building 50, Room 421 Jefferson, AR 72079-9502. PLEASE NOTE - The above contact information is for the Contracting Office and not necessarily the delivery address. The delivery address is indicated in the FOB Destination section below. When appropriate, Respondents should consult with delivery providers to determine whether their documents will be delivered prior to the scheduled time. For information regarding this solicitation, please contact Sondea Blair by e-mail at sondea.blair@fda.hhs.gov. Questions regarding this solicitation will be accepted only via email and shall be submitted no later than 11:00 AM CST on April 16, 2012. The Food and Drug Administrations' (FDA) Center for Biologics Evaluation and Research (CBER), jointly with other World Health Organization collaboration centers, is involved in registration and quality control of influenza vaccines and performs serological studies to obtain evidence as to whether the current vaccines induce satisfactory antibody levels to the new epidemic strains. Human serum panels from vaccine recipients in the different countries are analyzed for the presence of antibodies to the HA antigens of representative circulating strains. The serology information obtained from the studies provides important information to support selection of representative circulating strains for vaccine production. The antibody titers need to be tested by neutralization assay using live viruses. The neutralization test is performed in two stages: (1) a virus-antibody reaction step, in which the virus is mixed with dilutions of serum and time allowed for antibodies to react, and (2) an inoculation step, in which the mixture is inoculated into the appropriate host system (e.g. cell cultures, embryonated eggs, or animals). To support this effort, the FDA requires two (2) Automated Liquid Handlers for performing serial dilutions, plate filling, and plate replication in 96 well plates for determining live influenza infectivity. Delivery shall occur not later than 60 calendar days after receipt of award. All pricing must be inclusive of freight and shipping costs. A standard commercial warranty of not less than 12-months from acceptance is required and shall provide for replacement of all parts and on-site service. In addition, the government requires annual maintenance (post warranty) which shall include but not be limited to the following: preventive maintenance service, customer service telephone support during normal business hours (M-F 8-5PM EST), and repair services. Price(s) shall be inclusive of all parts, labor, travel, and on-site servie. Scheduled items include: Item 1: Automated Pipetting System (quantity 2) Technical Requirements: The system must be a 4-plate Automatic Pipetting System System must be less than 15"x 20"x 30" in size Must have an 8 channel liquid transfer head so protocols can be run in both landscape and portrait positions. System must be able to perform a serial dilution across a 96 well plate in the landscape position in less than 35 seconds. Each System Shall Include (at a minimum): One laptop PC with corresponding system software 96 tips rack adapter (2-each per system) Leviated 96-well PCR plate adapter (2-each per system) Leviated 384-well PCR plate adapter, flat bottom 96-well adapter (2-each per system) 1 Channel, 200 ul Pipetting Module (1 each per system) 4 x 2 1.5ml tubes adapter (1 each per system) 3 x 22 ml storage tubes with 1x5 ml bottle adapter (1 each per system) Additional Requirements: Must at a minimum, include a one-year parts and labor warranty with on-site service. Performance period: Upon receipt and acceptance of Pipetting Systems plus 12-months. Pricing must be inclusive of freight and shipping expense. Price______________ (per system) Extended Price______________ Accessories for Pipetting Systems Additional System Items: Item 2: 1-Channel, 50 ul Pipetting Module (APM), 2 each Price______________ Extended Price______________ Item 3: 8-Channel, 50 ul Pipetting Module (APM), 2 each Price______________ Extended Price______________ Item 4: 8-Channel, 200 ul Pipetting Module (APM), 2 each Price______________ Extended Price: tiny_mce_marker_____________ Item 5: Option Year 1 Maintenance Plan for Pipetting Systems Coverage to begin upon the expiration of the initial commercial warranty Price______________ Extended Price______________ Item 6: Option Year 2 Maintenance Plan for Pipetting Systems Coverage to begin upon the expiration of the option year 1 maintenance agreement Price______________ Extended Price______________ Item 7: Option Year 3 Maintenance Plan for Pipetting Systems Coverage to begin upon the expiration of the option year 2 maintenance agreement Price______________ Extended Price______________ Item 8: Option Year 4 Maintenance Plan for Pipetting Systems Coverage to begin upon the expiration of the option year 3 maintenance plan Price______________ Extended Price______________ FOB Destination - US Food and Drug Administration 8800 Rockville Pike Building 29A/1B11 Bethesda, MD 20892 Contract Type - Commercial Item - Firm fixed price. 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. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items applies to this solicitation. The provision at FAR 52.212-2 Evaluation-Commercial Items incorporated by reference. Paragraph (a) of the provisions shall read as follows: The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the items and maintenance services offered to meet the Government's requirement. (ii) Price. The government will award the purchase order to the lowest price technically acceptable quote. Technical acceptability will be determined by review of information submitted by the quoter which, must provide a description in sufficient detail to show that the product/service quoted meets the Government's requirement. The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. Quotes shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror. The Provision at FAR 52.212-3, Offerors Representations and Certifications-Commercial Items, applies to this acquisition. An offeror shall complete only paragraph (b) of the provision if the offeror has completed the annual representations and certification electronically at http://orca.bpn.gov. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: Addenda to FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (Feb 2012), the following FAR clause is added: FAR 52.217-9, Option to Extend the Term of the Contract (MAR 2000) (a)"... within 1-day of contract expiration;...at least 30 calendar days before the contract expires..." (c) "...this shall not exceed 60 months." Service 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 FDA COR and Contract Specialist, not later that the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. 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: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.225-3, 52.225-13, and 52.232-33. Clauses and provisions incorporated by reference can be obtained at https://www.acquisition.gov/far/index.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/1101853/listing.html)
 
Place of Performance
Address: US Food and Drug Administration, 8800 Rockville Pike, Rockville, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN02720586-W 20120414/120412235322-71709c100fd2396b792ff730c214624c (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.