SOLICITATION NOTICE
66 -- VIAFLOŽ PIPETTING SYSTEM
- Notice Date
- 8/26/2015
- Notice Type
- Presolicitation
- 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, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-2015-PSOL817
- Archive Date
- 9/14/2015
- Point of Contact
- Samantha A. Kelly, Phone: 3014028855
- E-Mail Address
-
samantha.kelly2@nih.gov
(samantha.kelly2@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- VIAFLO® PIPETTING SYSTEM HHS-NIH-NIDA-SSSA-2015-PSOL817 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-2015-PSOL817 and the solicitation is issued as a PRE-SOLICITATION, NOTICE OF INTENT, to award a contract on a noncompetitive basis to Integra Biosciences Corporation at 2 Wentworth Drive, Hudson, NH 03051. This acquisition is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13--Simplified Acquisition Procedures and Subpart 6.302-1, Only one responsible source and no other supplies or services will satisfy agency requirements, and is not expected to exceed the simplified acquisition threshold. Contracts awarded using FAR Part 13--Simplified Acquisition Procedures are exempt from the requirements of FAR Part 6--Competition Requirements. The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, specifically the results of market research concluded no other source of supply has the ability to provide the ViaFlo® Pipetting System, an automated pipetting instrument that will support the primary method for the determination of genetic variances using a technique of several Polymerase Chain Reaction (PCR) steps. The PCR step will amplify all genes expressed in the cell lysates that is processed at NCATS, indiscriminately and that will limit the chance of cross contamination of the highly abundant PCR products. The automated pipetting instrument is necessary to separate the pre PCR steps from the post PCR steps. Furthermore, the automated pipetting instrument should be easily modified to work with 384 and 96 well systems; there are no other sources besides the proposed Contractor, who can provide the requested automated pipetting instrument. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-2-2, dated August 5, 2015. The associated NAICS code for this requirement is 334516, with a size standard 500 Employees. The National Center for Advancing Translational Sciences (NCATS) is a part of the National Institutes of Health (NIH), which mission it is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The NCATS is tasked with the identification of genetic biomarkers and related molecular signaling pathways which is essential for risk stratifications for smokers and the identification of adverse effects of different tobacco compounds on human health. NCATS has implemented the technique of using several PCR steps that will amplify all genes expressed in the cell lysates. NCATS is in need of the ViaFlo® pipetting system which is an automated pipetting instrument that will limit the chance of cross contamination of highly abundant PCR products. The following requirements are requested for the ViaFlo® automated pipetting system: 1.The instrument must be an automated pipetting system that will be used exclusively for post PCR steps to minimize cross contamination. 2.The instrument shall be easily removable pipetting heads that can be cleaned. 3.The instrument shall be easily modified to work with both the 384 and 96 well systems. 4.The instrument shall have its own piston and is capable of loading partial sets of tips for dilution series. The following parts are requested as part of the ViaFlo® automated pipetting system: 1.6102 VIAFLO96 / 384 5.0 - 125.0 uL 96 Channel Pipetting Head 2.6031 VIAFLO96 / 384 VIAFLO 384 Base Unit 3.6031 VIAFLO96 / 384 Plate Holder for 384 Well Plate Indexing 4.6031 VIAFLO96 / 384 0.5 -12.5uL 384 Channel Pipetting Head 5.One time Installation and Training The requirement consists of providing the ViaFlo® automated pipetting system. The automated pipetting instrument is necessary to separate the pre PCR steps from the post PCR steps. Furthermore, the automated pipetting instrument should be easily modified to work with 384 and 96 well systems. The subject matter contractor is the only source of supply who can provide this ViaFlo® automated pipetting instrument. This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement. 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. The following FAR provisions shall apply to this solicitation: 1.The Clause at 52.212-1, Instructions to Offerors--Commercial Items 2.The Clause at 52.212-2, Evaluation--Commercial Items. a.The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered, to include past performance. The Government intends to issue an award on a firm fixed price Contract for this requirement, on the basis of lowest price technically acceptable. b.Award Criteria Selection of an Offeror for award will be on the basis of lowest price technically acceptable. Technical acceptability includes an evaluation on technical factors (which encompasses experience/capability and past performance factors), and cost/price factors. Evaluation of technical acceptability will be made in accordance with the prospective Contractor's demonstrated capabilities of meeting each of the requirements as set forth in this solicitation and all applicable attachments. The merits of each proposal will be evaluated carefully. The offeror must include all specifications/services (including all brand-name or equal requirements so that the brand-name or equal status may be verified), detailed in this solicitation, in its proposal. Offeror(s) cost/price proposal will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. The price quoted will be evaluated taking into consideration any price reductions. A best value analysis will be performed taking into consideration the results of the technical evaluation and price evaluation. 3.The Clause at 52.212-3, Offeror Representations and Certifications Commercial Items. Offerors must include a completed copy of the provision at 52.212-3, with their offer. 4.The Clause at 52.212-4, Contract Terms and Conditions Commercial Items. 5.The Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 30, 2015 at 11:59PM, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-SSSA-2015-PSOL817. Responses may be submitted electronically to Samantha Kelly at Samantha.Kelly2@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-2015-PSOL817/listing.html)
- Record
- SN03856321-W 20150828/150826235311-d77cc46e32718d009f84296dcdbc8629 (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 |