Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2013 FBO #4213
SOLICITATION NOTICE

66 -- Alpha Media and HBSS (Reagents)

Notice Date
6/5/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325413 — In-Vitro Diagnostic Substance Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
 
ZIP Code
20892-7902
 
Solicitation Number
NHLBI-CSB-(DE)-2013-167-JEF
 
Archive Date
6/27/2013
 
Point of Contact
Jenn Frazier, Phone: 3014966092
 
E-Mail Address
jenn.frazier@nih.gov
(jenn.frazier@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION (1) Action Code: Combined Synopsis/Solicitation (2) Date: June 5, 2013 (3) Year: 2013 (4) Contracting Office Zip Code: 20892-7902 (5) Classification Code: 66 - Instuments and Laboratory Equipment (6) Contracting Office Address: 6701 Rockledge Drive, Room 6121A, Bethesda, MD (7) Subject/Title: Alpha Media and HBSS (Reagents) (8) Proposed Solicitation Number: NHLBI-CSB-(DE)-2013-167-JEF (9) Closing Response Date: June 12, 2013 (10) Contact Point(s): Jenn Frazier (11) Contract Award and Solicitation Number: TBD (12) Contract Award Dollar Amount: TBD (13) Contract Line Item Number(s): TBD (14) Contractor Award Date: TBD (15) Contractor Name: TBD (16) Description: Alpha Media and HBSS (Reagents) (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES 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; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. (ii) The solicitation number is NHLBI-CSB-(DE)-2013-167-JEF. The solicitation is being issued as a Request for Quote (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 325413 with a small business size standard of 500 Employees. This acquisition is being conducted in accordance with FAR Part 12 and FAR 13.5 - Test Program for Certain Commercial Items. (v) Base Year: Purchase Order Line Item Number 0001: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-608A X-VIVO 20, produced in a 5 liter custom bag (CTC-2181) with a 4 liter fill at 300L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0002: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-608A X-VIVO 20, produced in a 5 liter custom bag (CTC-2181) with a 4 liter fill at 500L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0003: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-608A X-VIVO 20, produced in a 5 liter custom bag (CTC-2181) with a 4 liter fill at 1,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0004: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-608A X-VIVO 20, produced in a 5 liter custom bag (CTC-2181) with a 4 liter fill at 2,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0005: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-608A X-VIVO 20, produced in a 5 liter custom bag (CTC-2181) with a 4 liter fill at 3,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0006: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-003A Hanks BSS (1X) without Calcium, Magnesium, or Phenol Red, Supplied in a flexible bag with one Female Luer Connector with a Blood Spike Receptacle, and one Male MPC Connector with a cap, with a 4 liter fill at 600L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0007: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-003A Hanks BSS (1X) without Calcium, Magnesium, or Phenol Red, Supplied in a flexible bag with one Female Luer Connector with a Blood Spike Receptacle, and one Male MPC Connector with a cap, with a 4 liter fill at 960L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0008: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-003A Hanks BSS (1X) without Calcium, Magnesium, or Phenol Red, Supplied in a flexible bag with one Female Luer Connector with a Blood Spike Receptacle, and one Male MPC Connector with a cap, with a 4 liter fill at 1,540L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0009: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-838A X-VIVO 15, produced in a 5 liter bag, CTC-2181, with a 4 liter fill at 2,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0010: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-838A X-VIVO 15, produced in a 5 liter bag, CTC-2181, with a 4 liter fill at 1,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0011: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-838A X-VIVO 15, produced in a 5 liter bag, CTC-2181, with a 4 liter fill at 500L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0012: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-775H X-VIVO 10, produced in a 5 liter bag, 08-E5210 with a 4 liter fill at 1,000L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0013: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-775H X-VIVO 10, produced in a 5 liter bag, 08-E5210 with a 4 liter fill at 500L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0014: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-775H X-VIVO 10, produced in a 5 liter bag, 08-E5210 with a 4 liter fill at 300L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0015: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-775H X-VIVO 10, produced in a 5 liter bag, 08-E5210 with a 4 liter fill at 240L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). Purchase Order Line Item Number 0016: Quantity (1) Job, the Contractor shall provide and delivery of Alpha Media and HBSS (Reagents) of 08-775H X-VIVO 10, produced in a 5 liter bag, 08-E5210 with a 4 liter fill at 120L production, in accordance with the following Statement of Work, for the Base Year (June 24, 2013 through June 23, 2014). (vi) Description of Requirements for the items to be acquired: Background: The National Institute of Health (NIH) is the nation's leading medical research agency and the primary Federal agency conducting and supporting medical discoveries that improve people's health and save lives. The Cell Processing Section (CPS) is an accredited GMP facility for the manufacture of cellular products to support INDs for Clinical Investigators to treat patients at the Clinical Center. The CPS is involved in the BMSC Transplantation Center since 2008 whose mission is the production of clinical grade BMSC. The Center is supporting 3 ongoing clinical trials and working on the development of two more protocols for clinical applications. STATEMENT OF WORK Alpha MEM has been used for the development and current production of clinical grade Bone Marrow Stromal Cells to support the activity of the BMSC Transplantation Center. NIDCR has been supporting 3 different INDs with the production of autologous and allogeneic BMSCs. The cells require basic media as Alpha MEM, that is enriched with 20% Fetal Bovine Serum. HBSS is used in different steps of the manufacture process. Media have to be GMP in order to satisfy requirements mandated by the FDA. The Vendor Shall: 1.Make delivery of Reagents within 12-16 weeks of receiving approved purchase order. All deliveries shall be handled exclusively by the vendor. 2.Deliver a total of: a. Catalog Number: 08-608A Description: X-VIVO 20, produced in a 5 liter customer bag (CTC-2181) with a 4 liter fill Estimated Qty & Sizes: 300L, 500L, 1,000L, 2,000L, and 3,000L Production b. Catalog Number: 08-003A Description: Hank's BSS (1X) without Calcium, Magnesium, or Phenol Red, Supplied in a flexible bag with one Female Luer Connector with a Blood Spike Receptacle, and one Male MPC Connector with a cap, with a 4 liter fill Estimated Qty & Sizes: 600L, 960L, and 1,540L Production c. Catalog Number: 08-838A Description: X-VIVO 15, produced in a 5 liter bag, CTC-2181, with a 4 liter fill Estimated Qty & Sizes: 2,000L, 1,000L, and 500L Production d. Catalog Number: 08-775H Description: X-VIVO 10, produced in a 5 liter bag, 08-E210, with a 4 liter fill Estimated Qty & Sizes: 1,000L, 500L, 300L, 240L, and 120L Production Delivery will be made as follows: 10 Center Drive, Bethesda, MD 20892 (vii) The FAR Provision 52.212-1, Instructions to Offerors - Commercial Item applies to this acquisition and is hereby incorporated by reference. All Federal Acquisition Regulation (FAR) clauses may be viewed at http://acquisition.gov/comp/far/index.html (viii) EVALUATION OF PROPOSALS Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability factor "Meeting or Exceeding the Requirement," 2) Price, and 3) Past Performance. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Capability Evaluation factor. A) TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. B) PRICE: Price shall be evaluated for reasonableness. C) PAST PERFORMANCE: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose proposal is determined to be technically unacceptable. The evaluation will be based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. The government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. (ix) In accordance with FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, offerors must complete annual representations and certifications on-line at http://orca.bpn.gov. If paragraph (j) of the provision applies, a written submission is required. (x) FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items applies to this acquisition: (xi) FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, apply to this acquisition: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act - Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; (xii) 52.217-9C04 Option to Increase Quantities - Separately Prices Line Items (Jun 1989) DSCC (xiii) The Defense Priorities and Allocations System (DPAS) and assigned rating does not apply to this acquisition. (xiv) All offerors shall submit the following electronically: 1) Offerors must complete annual representations and certifications on-line at: www.sam.gov. If paragraph (j) of the provision applies, a written submission is required (refer to item (x) above). 2) TECHNICAL CAPABILITY: Evaluation of Technical Capability will be based on the information provided in the quotation. Documentation submitted in the quotation shall be evaluated to determine that the proposed equipment meets or exceeds the Governments minimum required specifications. 3) PRICE: Provide a firm-fixed price for line item 0001 through line item 0016; and 4) If applicable, the offeror shall list exception(s) and rationale for the exception(s). Offerors shall submit their quotes no later than 3:00 p.m. Eastern Standard Time (EST) on June 12, 2013. The proposal must reference the RFQ No. NHLBI-CSB-(DE)-2013-167-JEF. All responsible offerors may submit a quote, which if timely received, shall be considered by the agency. Quotes can be emailed to the Contracting Specialist, Jenn Frazier at jenn.frazier@nih.gov; Quotations shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. Faxed quotes will NOT be accepted. (xv) For information concerning this solicitation, please contact Jenn Frazier at (301) 496-6092 or email: jenn.frazier@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-(DE)-2013-167-JEF/listing.html)
 
Place of Performance
Address: 10 Center Drive, Bethesda, MD 20892, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03080677-W 20130607/130606001331-dfdb0ea6f174afb97d939dbab486c5b9 (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.