Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2013 FBO #4267
SOLICITATION NOTICE

66 -- Inverted Fluorescent Microscope System

Notice Date
7/29/2013
 
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, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-13-323-1119115
 
Archive Date
8/16/2013
 
Point of Contact
James Scott Rawls, Phone: 8705437540
 
E-Mail Address
james.rawls@fda.hhs.gov
(james.rawls@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
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 solicitation is being issued in conjunction with FAR Part 13 Simplified Acquisition Procedures, as applicable. The solicitation number is FDA-13-223-1119115. This solicitation is issued as a Request for Quote (RFQ). The solicitation document and incorporated provisions and clauses in effect through the Federal Acquisition Circular (FAC) 2005-67, dated July 22, 2013. The associated North American Industry Classification System (NAICS) Code is- 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 in number of employees. Although this solicitation is set-aside 100% for small businesses, large businesses may respond in the event no small businesses respond. The RFQ is for services related to the delivery of an Inverted Fluorescent Microscope and Accessories. The US Food & Drug Administration (FDA) intends to issue a Commercial Item Firm Fixed-Price purchase order that meets the following specifications below. SUPPLIES OR SERVICES AND PRICES/COSTS CLIN Item Description Qty U/I Unit Price Extended Price 0001 • Inverted Fluorescent Microscope System and Supporting Accessories (to include hands-on training) 1 Ea TOTAL Background: The FDA Center for Biologics Evaluation and Research (CBER)/Hewlett Laboratory is involved in investigating the prevalence and the replication fitness of Human immunodeficiency virus (HIV) from diverse sources and identifying biomarkers of infection of other emerging infectious pathogens. HIV-1 is characterized by a high degree of genetic variation and at least 10 different subtypes (A-J) of HIV-1, representing the major group M, and viruses representing the minor groups O, N, and P are responsible for the AIDS pandemic worldwide and new strains continue to emerge. The impact of emerging, diverse non B HIV-1 subtypes and HIV variants on pathogenesis and transmission in populations has not been adequately studied. Different HIV-1 subtypes and variants may have different degrees of replication capacity and transmissibility (fitness). Different HIV variants may interact differently with host regulatory factors and modulate viral life cycle and disease progression. Knowledge of variations in cellular responses and virus-host interactions in the context of evolving viral genetic diversity is critical to understanding its impact on HIV pathogenesis. These studies will enhance our understanding of the role of HIV in transfusion related transmission and the potential public health impact. The Inverted fluorescent microscopy analysis will be performed to analyze the expression levels and biological functions of relevant bio-markers of HIV infection and other emerging infectious pathogens and these observations will help to further our understanding of their pathogenesis and provide additional insights into the biological pathways involved in the infection and enhance our understanding of the role of these pathogens in transfusion related transmission. Objective: Ensure our projected experiments are at the optimal level to sustain current research levels by acquiring an Inverted Fluorescence Microscope System with the Salient Characteristics listed below. Salient Characteristics: • System shall be an integrated unit to include: microscope, digital camera, computer, and high power fluorescence lighting system; • System shall include an automated X-Y scanning stage with SBS microplate opening and accessory vessel holders; • System shall include automated objective turret, filter set, and condenser; • System shall include 3 independent high output LED illuminators with integrated hard coated fluorescence band pass excitation and emission filters for each cube; • Fluorescence LED illuminators shall have a lifetime of no less than 50,000 hours at 100% power; • System shall automatically recognize which cube is installed and adjust the software configuration accordingly; • LED illuminators shall have independent intensity control; • System shall be able to simultaneously accommodate 4 fluorescent LED light cubes; • System shall include 2 cameras with auto-switching capabilities for redundancy; • System shall include an integrated high-sensitivity monochrome interline CCD camera with at least 1.4 million 6.45um pixels; • System shall include an automated focus mechanism; • The system footprint shall not exceed a 18.6" deep x 13.5" wide x 12.7" high footprint due to laboratory space constraints; • System shall provide a 1-click RGB channel overlay; • System shall include time lapse imaging capability; • System shall include manual cell counting capability; • System shall include tiling and stitching software; • System shall be capable of automated full plate scanning; • System shall have at least 1 DVI output port and 3 USB output ports; • System shall support direct output to USB and networked storage; • System shall provide the following output file formats: jpg, bmp, tif, and png; and • System shall enable user to have control of system through a touch screen LCD monitor. Place of Performance: The delivery address will be: HHS/FDA/CBER, 8800 Rockville Pike, Bldg. 29B, Rm. 3G05, Bethesda, MD 20892. Period of Performance: Thirty (30) days after contract award. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (JUL 2013), applies to this acquisition. The following addenda have been attached to the clause. The following FAR and HHSAR clauses, incorporated by reference, and apply to this acquisition. Clauses and provisions can be obtained at https://acquisition.gov/far/index.html. 52.204-4, Printed or Copied Double-Sided on Recycled Paper (MAY 2011) 52.204-7, System for Award Management (JUL 2013) FAR 52.232-18, Availability of Funds (APR 1984) FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012) The following HHSAR clauses apply and can be obtained at the following website: http://farsite.hill.af.mil/VFHHSAR1.htm 352.202-1 Definitions (JAN 2006) 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010) 352.223-70 Safety and Health (Jan 2006) 352.231-71 Pricing of Adjustments (JAN 2001) 352.242-71 Tobacco-Free Facilitates (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. The COR name will be provided at time of award. 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 contract; (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 The contractor shall submit one (1) original copy of the invoice to the address specified below: FDA/OC/OA/OFO/OFS Attn: Division of Payment Services 3900 NCTR Road, HFT-324 Building 50, 6th Floor, Suite 616 Jefferson, AR 72079 An electronic invoice can be emailed to the following address: nctrinvoices@fda.hhs.gov. One copy to the Contracting Officer Representative (COR) or other program center/office designee clearly marked "courtesy copy only: (To be provided at time of award). Questions relating to when payment will be received should be directed to the FDA payment office at the email below or at (870) 543-7446 or (870) 543-7042. nctrinvoices@fda.hhs.gov. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items (JUL 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.223-18, 52.225-3, 52.225-13, and 52.232-33. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (JUL 2013) applies to this solicitation. Period for Acceptance of Offers: The offeror agrees to hold the prices firm through September 30, 2013. 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. Technical capability will be determined by review of information submitted by the offeror which shall provide sufficient technical information necessary for the Government to conclusively determine that the offered products and/or services meets the technical requirement identified above. Offerors may provide technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror. The price proposed shall be detailed and represent the offeror's response to the schedule of supplies/services above. Understanding the possibility that only one vendor might respond with a quote, absent competitive pricing, offerors are encouraged to include a commercial price list with their quote. 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. 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 (JUL 2013), 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. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice. It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any). 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 a quote, which if timely received, shall be considered. The quote shall reference solicitation number FDA-13-223-1119115. The quotes are due in person, by postal mail or email to the point of contact listed below on or before August 1, 2013, by 1200 hours (Central Standard Time in Jefferson, Arkansas) at the Food and Drug Administration, OA/OAGS/DAP, Attn: James "Scott" Rawls, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please contact James "Scott" Rawls at (870) 543-7540, fax (870) 543-7990 or email: james.rawls@fda.hhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-13-323-1119115/listing.html)
 
Place of Performance
Address: HHS/FDA/CBER, 8800 Rockville Pike, Bldg. 29B, Rm. 3G05, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03129473-W 20130731/130729234040-2f6cfd7424fa9bfb9a393aa7ac5228ab (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.