Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 14, 2017 FBO #5743
SOLICITATION NOTICE

66 -- Mechanical Cryogenic -150C Freezer (Brand Name)

Notice Date
8/12/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-680
 
Archive Date
9/1/2017
 
Point of Contact
Jermaine Duncan, Phone: 3018277515
 
E-Mail Address
jermaine.duncan@nih.gov
(jermaine.duncan@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Mechanical Cryogenic -150C Freezer (Brand Name) Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-17-680 INTRODUCTION This is a combined synopsis/solicitation for commercial items prepared in accordance with the 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. This acquisition is being conducted in accordance with the procedures of FAR Part 13--Simplified Acquisition Procedures and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-680 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 334519 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is full and open with no small business restrictions. 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 and FAR Part 12-Acquisition of Commercial Items, and 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 2005-95, dated January 19, 2017. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The mission of The National Center for Advancing Translational Sciences (NCATS) is to apply the tools of small molecule screening and discovery to the development of chemical probe research tools, for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. This request will enable NCATS and the Bioprinting group to optimize Tissue Engineering techniques by increasing capabilities, flexibility and throughput. This will ultimately increase the capability to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community; and perform automated high-throughput screening (HTS) and high-content screening (HCS). The Probe Development group is part of The National Center for Advancing Translational Sciences (NCATS). The Probe Development group utilizes 3D bioprinting techniques to generate tissues which will be used to perform studies into causes and treatments of various diseases. This approach can provide data more relevant to the whole-body response than traditional studies which use two-dimensional cell cultures. Initial research is being performed to advance fabrication techniques and protocols. 3D bioprinting is an additive manufacturing technique to build three-dimensional live tissue structures that mimic natural in vitro live tissue. Live cells are harvested and dispensed into spatially controlled patterns in a layer by layer approach to generate three dimensional arrangements. The created structures undergo further biological treatment until they form tissue like morphology. The tissues may subsequently be used for therapeutic and research purposes. As part of tissue manufacturing, large volumes of cells must be grown and cultured in a cell culture laboratory. In order to store the cells, a Cryogenic -150C Freezer is required to keep the cells viable and easily accessible. Purpose This request is to procure one Brand Name Mechanical Cryogenic -150C Freezer is required to enable the tissue printing group to store large quantities of cells and maintain cell viability by providing storage below the -130C glass transition temperature of water. Project Requirements Purchase Description Physical, Functional, and Performance Specifications Brand name: Thermo Scientific TM Cryogenic Storage Chest Freezer Manufacturer's name: Thermo Scientific TM Cryogenic Storage Chest Freezer Catalog number: FisherSci # 13 990 21, # 13 990 112, # 398186, # 13 262 785. - The freezer must maintain uniform temperature of -150C. - The freezer must have a capacity of at least 10.3 ft3, and capacity to hold 216 standard cardboard 2-inch cryogenic freezer boxes. - The freezer must be mechanical as opposed to cooling with liquid nitrogen to provide uniform temperature and improve cell viability. - The freezer must include a LN2 backup system. - Cryogenic waterproof gloves must be included. - Acquisition must include inside delivery Quantity: One Delivery Date: Within 4 weeks ARO Delivery Location Bethesda, Maryland Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). 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 offeror must submit 1) a technical response and 2) a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to ten (10) single-sided pages. The price quotation must include 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. IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. RESPONSES MUST INCLUDE BOTH A TECNNICAL DOCUMENT AND A SEPARATE PRICE QUOTATION. CONTRACTORS NOT SUBMITTING BOTH A TECHNICAL RESPONSE ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE QUOTATION SHALL NOT BE CONSIDERED. EVALUATION CRITERIA The Government will award a purchase order resulting from the solicitation on the basis of lowest price technically acceptable. Technically acceptability shall be based on the following: 1.Contractor must meet or exceed each of the project requirements detailed in this solicitation. 2.Contractor proposal must include a one (1) year warranty, inclusive of an OEM service technician to perform repairs. 3.Contractor must affirm the ability to meet or exceed the delivery date which is within four (4) weeks after Contractor receipt of order. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation. 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov 2.The provision at FAR clause 52.212-1 Instructions to Offerors - Commercial Items (JAN 2017), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (OCT 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (DEC 2016), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4 Contract Terms and Conditions - Commercial Items (JAN 2017) and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders - Commercial Items (JAN 2017) apply to this acquisition. 6.FAR clause 52.237-2 Protection of Government Buildings, Equipment and Vegetation (APR 1984) applies to this acquisition. 7.The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-17-680. Responses shall be submitted electronically via email to Jermaine Duncan, Contract Specialist, at jermaine.duncan@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-680/listing.html)
 
Record
SN04626117-W 20170814/170812230052-7b972b8fe8d3c91e8cf72af4045cb111 (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.