Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 24, 2014 FBO #4625
SOLICITATION NOTICE

66 -- Two Robotic Arm Liquid Handlers

Notice Date
7/22/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-14-469
 
Archive Date
8/19/2014
 
Point of Contact
Megan Ault,
 
E-Mail Address
megan.ault@nih.gov
(megan.ault@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION This is a combined synopsis/solicitation for commercial items. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This acquisition is being conducted in accordance with the procedures of FAR Part 13 - Simplified Acquisition Procedures in combination with FAR 12.6 Streamlined Procedures for Evaluation and Solicitation for Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-469 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY 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. This acquisition is not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-73, dated July 1, 2014. The resultant purchase order will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is the acquisition of two (2) robotic arms for handling liquid to be used by the National Institute of Mental Health (NIMH) Molecular Imaging Branch (MIB). Project Requirements The Contractor must be able to provide the following: 1. A robot arm must be compact. The desired dimension should be smaller than 16 x 20 x 19 inches (W x D x H). The robotic device must be used inside the lead shielded confined space. Therefore, the smaller the size of the robotic equipment, the better. 2. The robot must be able to communicate stream of data bytes using modern communication protocols. The RS232 communication protocol is preferred. Alternatively, the device must supply other modern communication port to the host computer using either Ethernet protocol (TCP/IP) or USB. 3. Complete suite of instruction set for robot arm must be provided to NIMH scientists and engineers. 4. Telephone support for programming must be provided by the manufacturer of the robotic device. 5. Software package such as DLL (dynamically linked library), header files, and documentation must be supplied to the Government to expedite the programming the robot arm. 6. The DLL and software package must be compatible with Labview programming language. 7. The robot should move with ca. 0.1 mm precision in x direction and y direction and z direction in a three dimensional space. 8. The robot arm needle must be able to pierce silicon septum (2 ~ 3 mm in thickness). 9. The robot must come with syringe pump for liquid handling. 10. The robot must be used with a syringe pump that allows transport of a bolus of liquid (0.1 mL to 10 mL in volume) from one location to another. The syringe pump must have 3 way valve and 10 mL syringe. 11. The robotic device must have a HPLC injection port where the injection needle can inject 0.1 mL to 10 mL of liquid. 12. The robotic device that has digitally encoded position sensor is highly preferred over the one with analog position sensor. 13. The robot must move along x, y, and z axis with adjustable speed. 14. The space that the robotic needle can reach should be large enough for general radiochemistry. The contractor shall provide for delivery. Anticipated Period of Performance It is expected that delivery of all requirements will be completed within four (4) weeks after contractor receipt of order. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS FAR clause 52.213-4 Terms and Conditions - Simplified Acquisitions applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: 1. The Offeror must include all items detailed in the project requirements in its quotation. 2. The Offeror must confirm ability to meet delivery requirements. RESPONSE FORMAT 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 quotation must include item descriptions per the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-469. Responses shall be submitted electronically via email to Megan Ault, Contract Specialist, at megan.ault@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-469/listing.html)
 
Place of Performance
Address: 10 Center Drive, NIH Building 10, Room B3C342, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03433224-W 20140724/140722235015-ab768b30a19d97062982c30ae84ed24a (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.