Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 18, 2017 FBO #5686
SOLICITATION NOTICE

66 -- Centrifugation-based plate dryer and media changer Brand name or equal

Notice Date
6/16/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
#333999 — All Other Miscellaneous General Purpose Machinery Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
 
ZIP Code
20852
 
Solicitation Number
N02CO72598-78
 
Archive Date
7/11/2017
 
Point of Contact
Francisco Mendoza, Phone: 2402765668
 
E-Mail Address
francisco.mendoza@nih.gov
(francisco.mendoza@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
General Information Document Type:Combined Synopsis / Solicitation Notice Solicitation Number:N02CO72598-78 Posted Date:6/16/2017 Response Date:6/26/2017 10:00 AM ET Classification Code:66 - Instruments and Laboratory Equipment Set-aside: Yes, to small businesses under NAICS 333999 NAICS Code:333999- All other miscellaneous general purpose machinery manufacturing Business Size Standard: 500 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Rockville, MD 20850, UNITED STATES. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure one (1) brand name BlueWasher2016 Centrifugation-based plate dryer and media changer (Washer Dispenser), or equal. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.106. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02CO72598-78 includes all applicable provisions and clauses in effect through FAR FAC 2005-94 (JAN 19, 2017). Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. Description of Requirement: The salient characteristics for the BlueWasher2016 centrifugation-based plate dryer and media changer (Washer Dispenser), or equal are: •Must be capable of dispensing at least 7 different buffers in a single experimental protocol to allow the beginning-to-end execution of Immuno-fluorescence (IF) assays. •The 7 buffers must be dispensed by 7 external dedicated liquid lines, to avoid switching buffers during IF protocols, which leads to loss in protocol automation potential and loss of precious reagents by repeated priming and purging of the liquid lines. •Must be capable of dispensing any of the 7 buffers in at a maximum 5µL increments (and less than 5%CV) to allow for flexible and precise volumes of wash buffers. •Must be able to complete the dispense of any of the 7 buffers 96- and 384-well plates in less than 15 seconds, to guarantee fast IF protocol times. •Must use contactless centrifugal force to eject wash buffers and solutions from 96- and 384-well plates in less than 40 seconds, to avoid dislodging cells from the multi-well plates or clogging of aspiration needles, and to guarantee fast IF protocol times. •Must include a liquid evacuation and waste collection chamber and a separate waste line to collect chemical and biological waste and to avoid aerosolizing of liquids. •The software must allow to regulate plate centrifugation speed, direction, rocking angles, acceleration and deceleration to perform different buffer ejection protocols according to different experimental needs (See next points for details). •Must be capable of gentle liquid ejection from the multi-well plates to allow for media changes using live cells without dislodging them, and to use loosely fixed and attached cells in IF protocols. •Must be capable of leaving 0.2 µL or less of buffer residual volume post-washes. This feature is needed to incubate cells with small volumes of undiluted precious reagents (such as antibodies), to reduce the antibody staining background, to and reduce the number of washes from 3 to 1 in IF applications. •The software must include a graphical user interface so that end-users can generate and edit beginning-to-end experimental protocols. •Must include a 12 month warranty. Delivery: Contractor(s) shall deliver the item within 60 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. The contractor must notify the NCI Technical Point of Contact to schedule the delivery and installation date and time. Installation: N/A Payment: Payment shall be made after delivery, installation and acceptance of the required equipment. PROVISIONS AND CLAUSES: The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (JAN 2017) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (JAN 2017) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (JAN 2017) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (JAN 2017). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government. FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards. FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-8 Utilization of Small Business Concerns. FAR Clause 52.219-14 Limitations on Subcontracting FAR Clause 52.219-28 Post Award Small Business Program Representation. FAR Clause 52.222-3 Convict Labor. FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities. FAR Clause 52.222-26 Equal Opportunity. FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans. FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act. FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving. FAR Clause 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act. FAR Clause 52.225-5 Trade Agreements. FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management. FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels. HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) Pursuant to the HHS annual appropriations acts, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a) Publicity or propaganda purposes; (b) The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television, or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any state or local legislature itself; or designed to support or defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any state or local government, except in presentation to the executive branch of any state or local government itself; or (c) Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations, regulation, administrative action, or Executive order proposed or pending before the Congress or any state government, state legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a state, local, or tribal government in policymaking and administrative processes within the executive branch of that government. (d) The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future federal, state, or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internet/index.jsp or from Francisco Mendoza, Contracting Specialist at Francisco.mendoza@nih.gov. FAR 52.211-6 Brand Name or Equal (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. A technically acceptable quote is one that meets the salient characteristics, and meets the delivery and installations requirements. Quotations must be received in the NCI-OA contracting office by 10:00 a.m. ET on June 26, 2017. Please refer to solicitation number N02CO72598-78 on all correspondence. No collect calls will be accepted. Quotations shall be emailed to Francisco Mendoza, Contract Specialist at francisco.mendoza@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above and shall be received by 10:00 a.m. ET on June 21, 2017. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy to the aforementioned individual prior to award.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO72598-78/listing.html)
 
Record
SN04547453-W 20170618/170616234403-977a60dab18421fd025c79dbaf83275e (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.