SOLICITATION NOTICE
66 -- Brand Name BD Bioscience Lyse Wash Assistants and FACSCanto II Z230SFF Workstations
- Notice Date
- 9/21/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC52703-85
- Archive Date
- 10/9/2015
- Point of Contact
- Terry Galloway, Phone: 240-276-5384, Seena Ninan, Phone: 240-276-5419
- E-Mail Address
-
gallowaytl@mail.nih.gov, ninans@mail.nih.gov
(gallowaytl@mail.nih.gov, ninans@mail.nih.gov)
- Small Business Set-Aside
- Competitive 8(a)
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E156, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description The National Institutes of Health (NIH), National Cancer Institute (NCI), Division of the Center for Cancer Research (CCR) intends to procure two each of the Brand Name BD Bioscience Lyse Wash Assistants and FACSCanto II Z230SFF Workstations. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC52703-85 includes all applicable provisions and clauses in effect through FAR FAC 2005-83 (August 2015) using simplified procedures for commercial items. This acquisition is a 100% 8(a) small business set-aside. The North American Industry Classification System code is 333415 and the business size standard is 750 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement Flow Cytometric immunophenotyping is standard medical care for patients with hematolymphoid malignancies and therefore a necessary clinical service for NCI patients. The Flow Cytometry Unit in the Laboratory of Pathology is the only NIH laboratory providing standard diagnostic flow cytometric evaluation of neoplastic specimens. In addition the Flow Cytometry Unit provides unique and highly complex flow cytometric testing that is mandated on numerous NCI protocols and is not available at any commercial laboratory or any single academic pathology laboratory. The Flow Cytometry Unit has a very high specimen volume for their resources, receiving the maximum number of daily specimens that can be accommodated by the current staff. On occasion demand exceeds resources and the laboratory must refuse patient specimens. New clinical protocols that mandate flow cytometric testing have started and will increase the demand for flow cytometric testing in the coming years. The laboratory personnel are already working at maximum efficiency and any increase in their workload results in an unacceptable error rate that jeopardizes their ability to provide an accurate diagnosis. In order to meet the increased demand for diagnostic testing without increasing personnel or compromising existing test demand, the laboratory requires two Lyse Wash Assistant robotic systems to perform the duties of an additional part time employee. In addition the lab requires the replacement of two obsolete electronic systems with two FACSCantoII Z230SFF Workstations to increase productivity and provide manufacturer recommended support for the existing two flow cytometers without total replacement of both equipment systems. The proposed purchase of two Lyse Wash Assistants and two FACSCantoII Z230SFF Workstations is an economical and efficient means to acquire what is in essence the assistance of a part time medical technologist to allow the Flow Cytometry Unit to meet the growing needs of NCI protocols while decreasing the cost per unit work. Parts required quantity 2 each: BD Cat. No. 337408 BD FACS Lyse Wash Assistant with Larger Tank Option BD Cat. No. 659712 FACS Canto II Z230SFF Workstation Bundle Warranty Shipping The Salient Characteristics of the Brand name equipment are as follows: • The robotic systems and workstation systems required must be compatible with the NCI owned two BD FACSCanto II flow cytometers. • The Lyse Wash System just process up to 40 samples at a time • The Lyse Wash Assistant carousel must be transferrable directly to the NCI owned BD FACS Canto II Flow cytometers. • Cell Washer technology that eliminates the need to transfer samples to a centrifuge • Custom protocol availability allowing for Users selection of mixing frequency and length, incubation times, wash precipitation, and G force settings • Workstations that integrates via electronic connection to the existing flow cytometers and will replace the existing obselete electronics systems to improve the overall FTE workload capacity via improved instrument performance and workload II. Delivery: Contractor(s) shall deliver the item within 30 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Installation: To be carried out by the contractor and shall occur within approximately one week of delivery. IV. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: September 23, 2015 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (APR 2014) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (MAR 2015) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (MAY 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns. FAR Clause 52.219-6 Notice of Total Small Business Set-Aside FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR Clause 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels FAR Clause 52.219-18, NOTIFICATION OF COMPETITION LIMITED TO ELIGIBLE 8(a) CONCERNS (June 2003) with ALTERNATE FOR ACQUISITIONS UNDER FAR 19.800 (Deviation) (HHS/SBA PA - October 23, 2012 until amended) (a) Offers are solicited only from small business concerns expressly certified by the Small business Administration (SBA) for participation in the SBA's 8(a) Program and which meet the following criteria at the time of submission of offer- (1) The Offeror is in conformance with the 8(a) support limitation set forth in its approved business plan; and (2) The Offeror is in conformance with the Business Activity Targets set forth in its approved business plan or any remedial action directed by the SBA. (b) By submission of its offer, the Offeror represents that it meets all of the criteria set forth in paragraph (a) of this clause. (c) Any award resulting from this solicitation will be made directly by the Contracting Officer to the successful 8(a) offeror selected through the evaluation criteria set forth in this solicitation.) (d) Agreement. (1) A small business concern submitting an offer in its own name agrees to furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States. The term "United States" includes its territories and possessions, the Commonwealth of Puerto Rico, the Trust Territory of the Pacific Islands, and the District of Columbia. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This subparagraph does not apply in connection with construction or service contracts. (2) The Contractor will notify the National Cancer Institutes' Contracting Officer in writing immediately upon entering an agreement (either oral or written) to transfer all or part of its stock or other ownership interest to any other party. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Terry Galloway, Contracting Officer at gallowaytl@mail.nih.gov. SUBMISSION INFORMATION Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Terry Galloway at gallowaytl@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Wednesday, September 23, 2015, 11:00 am, EST. Quotes must be submitted electronically (via email) to Contracting Officer Terry Galloway at gallowaytl@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Thursday, September 24, 2015, 4:00 pm, EST. All responses must be received by the specified due date and time in order to be considered. QUOTES RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02RC52703-85 on all correspondence. EVALUATION The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. PRICE QUOTE The Offeror shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC52703-85/listing.html)
- Record
- SN03895912-W 20150923/150921235313-61784a9a3e6cd939f5c1c70b4677dc6d (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 |