Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2012 FBO #3892
SOLICITATION NOTICE

66 -- Stainless Steel Exposure Modules

Notice Date
7/19/2012
 
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, Bldg 50 Room 422, Jefferson, Arkansas, 72079, United States
 
ZIP Code
72079
 
Solicitation Number
1106731
 
Archive Date
8/14/2012
 
Point of Contact
Nicholas E Sartain, Phone: 870-543-7370
 
E-Mail Address
nick.sartain@fda.hhs.gov
(nick.sartain@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
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. This requirement is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is 1106731. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-58 dated May 18, 2012. The associated North American Industry Classification System (NAICS) Code is- 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees and is issued as full and open competition. The Food and Drug Administration requires one (1) Stainless steel exposure module to hold four 35mm Petri dishes are required for exposing AMES Test cultures, cell cultures used in the Micronucleus (MN) assay, Mouse Lymphoma assay (MLA) and a 3D human airway model to tobacco smoke. The exposure modules must be compatible with a Jaeger-Baumgartner 30-Port Cigarette Smoking Machine. The exposures of the various assays require the use of a highly specialized exposure module. Performance requirements: • module must have at least 4 places for inserts/petri dishes; • module shall hold 35mm petri dishes, and have options for 24-well, 12-well and 6-well sized inserts; • module shall have an optional vacuum pump, clean air distribution system, water bath with pumping function, calibration values, mass flow meter for vacuum flow, and mass flow meter for dilution air system; • module must be compatible with a Jaeger-Baumgartner 30-Port Cigarette Smoking Machine; • exposure of cultures must take place at the air/liquid interface for realistic assessment of smoke constituents; • the tobacco generated smoke must be diluted with clean air dynamically for dose-response measurements in a freely defined dilution range of 0.1 - 15 liter air/min; • the tobacco generated smoke shall be delivered to each compartment for cells or bacteria with a controlled flow rate ranging from 2- 150 mL/min; • module inlets for controlled flow and good distribution/deposition with exposures to volatile liquids and gases: • system must have an integrated heating to maintain the ideal temperature consistent with the culture of the cells or bacteria (must not require an incubator to maintain the temperature); • exposure system shall be airtight with a Borgwaldt leak tester drop rate maximum of 15 mm/min; • smoke exposure must be compatible with any standard smoking regimen (ISO 3308 specification, FTC (Federal Trade Commission cigarette test method) and CIR (Canadian Intense Regime)) as well as user-defined protocols, and real human pattern smoking conditions and have a clean air phase where all smoke from one puff is evacuated by clean air before the next fresh puff arrives in order to simulate the human smoking behavior; • module which is in contact with media, cells, bacteria, etc., must be capable of standard autoclavable procedures (i.e. at 121 °C for 20 min); • module shall allow dose regulation via dilution, exposure time and/or flow Rate; • module shall allow the culture medium supply to be either static, intermittent or continuous; • exposure system shall have the option to measure the dose online in real time using a quartz crystal microbalance which can be set instead of a culture insert/petri dish; this feature must be possible with each single compartment for cell culture insert/petri dish; • Phone and email technical support shall be included. Schedule of items 1. One (1) Stainless steel exposure modules to hold four 35mm petri dishes as specified above which includes delivery for the fixed price of $____________. Optional Item (FAR 52.217-7) 2. Estimated quantity five (5) Stainless steel exposure modules to hold four 35mm petri dishes as specified above which includes delivery. Unit price of $_________. Total Price $____________. Grand Total (CLINs 1-2): $______________ FOB Point destination. To be delivered within 120 calendar days after receipt of order or option exercise. FOB Point of Delivery for Services and Supplies will be the FDA located at 3900 NCTR Road, Jefferson, AR 72079. Payment terms net 30 days after government acceptance. Contract clauses- FAR and HHSAR Clauses and Provisions incorporated by reference may be obtained at: FAR: https://www.acquisition.gov/far/ HHSAR: http://www.dhhs.gov/asfr/ogapa/acquisition/acquisitionpolicies.html The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2012), applies to this acquisition. The following addenda have been added to the clause. The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. FAR Clause 52.204-4 Printed or Copied Double-Sided on Recycled Paper.(MAY 2011) FAR Clause 52.204-7 Central Contractor Registration. (FEB 2012) FAR Clause 52.217-7 Option for Increased Quantity-Separately Priced Line Item. (MAR 1989)...Contracting Officer may exercise the option for one or more modules by written notice to the Contractor not later than March 31, 2013. This date may be extended upon mutual agreement of the parties. HHSAR Clause 352.202-1 Definitions JAN 2006 HHSAR Clause 352.203-70 Anti-Lobbying JAN 2006 HHSAR Clause 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations OCT 2009 HHSAR Clause 352.223-70 Safety and Health JAN 2006 HHSAR Clause 352.231-71 Pricing of Adjustments JAN 2001 HHSAR Clause 352.242-71 Tobacco-Free Facilities JAN 2006 The supplies and/or services delivered hereunder shall be inspected and accepted at destination by the contracting officer's representative (COR) specified at award. If the supplies or services are acceptable, the COR shall promptly forward a report of inspection and acceptance to the paying office. If the supplies or services are not acceptable, the COR shall document the nonconforming items/services and immediately notify the contracting officer. Contract Administration a. Contracting Officer/Contract Administrator Nick Sartain, Contracting Officer 3900 NCTR Road HFT-320 Jefferson, AR 72079 Phone: 870-543-7370 Email: nick.sartain@fda.hhs.gov b. Contractor's Point of Contact (To be completed by the contractor) Name: Phone: Email: c. Technical Point of Contact-Contracting Officer's Representative The following COR will represent the Government for the purpose of this contact: (To be completed at time of award) Name: Phone: Email: 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 any costs incurred during the performance of this contract; or (5) Otherwise change any terms and conditions of this contract. Invoice Submission Invoices shall be submitted to the address identified below and contain all necessary information per FAR 52.212-4 (g) in accordance with the following instructions. I. An original and two (2) copies shall be submitted to: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR road, HFT-324 Building 50, 6th floor suite 616 Jefferson, AR 72079 Fax 870-543-7224 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov II. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. Questions regarding invoice payments should be directed to the FDA payment office at (870) 543-7446 or (870) 543-7042. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (MAY 2012) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. Solicitation provisions Contract Type: Commercial Item-Firm Fixed Price. The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (FEB 2012) applies to this solicitation. The following addenda have been added to this provision: Addendum Paragraph (c) Period for acceptance of offers. The offeror agrees to hold the prices in its offer firm until September 30, 2012. The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (a) of that provision are 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 quotes: (i) Technical capability of the items/services offered to meet or exceed the Government's requirement. (ii) Price. Technical is significantly more important when compared to price in determining the best value to the government; however price remains a significant factor and must be affordable. Technical capability will be determined by review of information submitted by the offeror which must provide sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Offerors shall specifically address the specifications stated above as well as technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. The government is not responsible for locating or securing any information, which is not identified in the proposal however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Include the firms DUNS number with quote. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The government reserves the right to make an award without discussions. The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2012), applies to this acquisition. An offeror should complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. One or more of the items under this acquisition is subject to Free Trade Agreements. It is the offeror's responsibility to monitor FedBizOpps.Gov for the release of any information related to this acquisition, e.g., questions and answers, amendments, award notice, etc. Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration. All responsible sources may submit an offer, which if timely received, shall be considered. The offer must reference solicitation number 1106731. The offers are due in person, by postal mail or email to the point of contact listed below on or before July 30, 2012 by 13:00 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, FDA/OO/OFBA/OAGS/DAP, Attn: Nick Sartain, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact Nick Sartain at (870) 543-7370, FAX (870) 543-7990 or email nick.sartain@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1106731/listing.html)
 
Place of Performance
Address: 3900 NCTR Road, Jefferson, Arkansas, 72079, United States
Zip Code: 72079
 
Record
SN02809427-W 20120721/120720001212-8f68390d13fe875cfeefdda05178d054 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.