Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 16, 2015 FBO #5014
SOLICITATION NOTICE

66 -- Animal Brain Section Lab Equipment - Appendices

Notice Date
8/14/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339112 — Surgical and Medical 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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-15-722
 
Archive Date
9/8/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Clause 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (March 2015) INTRODUCTION AND AUTHORITY This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, "Streamlined Procedures for Evaluation and Solicitation for Commercial Items," as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation document will not be issued. The Government intends to issue a firm fixed price purchase order using simplified acquisition procedures under the authority of FAR Part 13, "Simplified Acquisition Procedures." This solicitation is a request for quotations (RFQ). The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-722. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 dated August 3, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. The National Institute on Drug Abuse, Office of Station Support and Simplified Acquisitions, on behalf of the National Institute of Mental Health (NIMH) is seeking to purchase several pieces of lab equipment to conduct animal brain sections. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE AND SET-ASIDE STATUS The associated North American Industrial Classification System (NAICS) code for this procurement is 339112, with a small business size standard of 500 employees. This acquisition is NOT set aside for small businesses and is available for full and open competition. DESCRIPTION OF REQUIREMENT The National Institute of Mental Health's Intramural Research Program (IRP) will need this lab equipment to generate a large volume of animal brain sections for its research mission. The group will generate a high output of slide-mounted sections per year. The sectioning must be done with high precision, yielding histologically perfect sections for in situ hybridization histochemistry and immunocytochemistry. The sectioning must be done at an exact thickness. The two-stage stereotaxic instrument will be critical for restraining animals during injection and patch clamping. All interested companies shall provide quotations for the following: 1. One (1) Vibratome Semi and fully automated vibrating blade microtome for sectioning fresh and fixed tissues. Must include: •Capability of storing multiple individual sectioning parameters •Adaptability to a wide range of circumstances as demands change •Minimal vertical deflection of cutting blade. Ideally, an optical device for minimizing the vertical deflection of blade •Rapid cutting speed of to allow high volume of sections •Small enough for standard laboratory bench space 2. One (1) Microtome Ergonomic sliding microtome designed to ensure smooth blade movement and accurate sectioning thickness. Must include: •Safety guard to protect users •Quick release clamps for specimen stages •Can section at 0.5 to 60 microns •Compatible knives for paraffin and frozen sections •Small enough for standard laboratory bench space 3. One (1) Recirculating Chiller Chiller used to keep mounting stages of microtomes and vibratomes frozen so that samples do not thaw during sectioning. Must include: •Temperature Range from -20°C to +40°C •Temperature stability of ±0.5 °C •Suitable for continuous operation •Must also include: buffer tray and accessories compatible with recirculating chiller. Must include tray, specimen disk, and all necessary tubes, clamps, hoses and couplings 4. Two (2) Sectioning Knives •For paraffin and frozen sections •Length from 16-22cm •Must be compatible with sectioning instruments in this purchase description 5. One (1) Computer-assisted Stereotaxic Instrument Allows for reproducible stereotaxic surgeries specifically on mice. •Allows for varied angle of injection or probing of small animal brains •Includes computer with software to keep track of electrode placement within brain •Ear Bar Cups Accessory-must include device for holding mice in proper alignment for stereotaxic surgery DELIVERY AND ACCEPTANCE Delivery shall be provided no later than 30 days after the award of the contract to the following address: Porter Neuroscience Research Center 35 Convent Dr. Building 35 Bethesda, MD 20892 The Contracting Officer or authorized representative will perform inspection and acceptance of materials and services to be provided. EVALUATION FOR AWARD Evaluations shall be conducted in accordance with FAR 13.106. Award will be made to the lowest-priced, technically acceptable, responsible offeror. The Government shall consider technical (capability of the items offered to meet the agency need), price, and past performance. APPLICABLE CLAUSES AND PROVISIONS The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/?q=browsefar The following contract clauses apply to this acquisition: 1.FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (May 2015) 2.FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (May 2015) The following subparagraphs of FAR 52.212-5 are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). (12)(i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (32) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) (33)(i) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (38) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). (42)(i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, Pub. L. 112-41, 112-42 and 112-43). (iii) Alternate II (MAY 2014) of 52.225-3. (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). ---------- The following solicitation provisions apply to this acquisition: 1.FAR 52.212-1, "Instructions to Offerors-Commercial Items" (April 2014) 2.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (March 2015), attached at Appendix A, are to be completed by the offeror. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a.Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows on October 31. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b.Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov. REQUESTS FOR CLARIFICATION Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Matthew Antonini, at Matthew.Antonini@nih.gov by or before 11:00 a.m. EST on 8/18/2015. Late questions will not be accepted. Questions will be anonymized and answered, with the answers being posted to this solicitation notice by amendment. Interested vendors should monitor this announcement closely for any changes. QUOTATION SUBMISSION Quotes are due on 8/24/2015, no later than 11:00 a.m. EST. All responses must be submitted via email to Matthew.Antonini@nih.gov and reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-722. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and shall not exceed 15 pages. Submission of existing product literature for commercial items is acceptable. The price quotation must include pricing for the numbered requirements listed under "DESCRIPTION OF REQUIREMENT." 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. Offerors 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). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-15-722/listing.html)
 
Place of Performance
Address: Porter Neuroscience Research Center, 35 Convent Dr., Building 35, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN03839838-W 20150816/150814235706-f8201b1d260d6cab88a1a51c62750470 (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.