SOLICITATION NOTICE
66 -- High Speed & Benchtop Centrifuges for the NINDS
- Notice Date
- 5/6/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892, United States
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-16-362
- Archive Date
- 5/28/2016
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- High Speed & Benchtop Centrifuges for the NINDS Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-362 INTRODUCTION 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-CSS-16-362 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is 100% set aside for small businesses. ACQUISITION AUTHORITY This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures and FAR Part 12-Acquisition of Commercial Items, and IS NOT expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87-2, dated April 6, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the National Institutes of Health (NIH), conducting research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The NINDS Cerebral Microcirculation section studies the mechanisms of cerebral blood flow (CBF) regulation during normal and pathological brain states. The section works with animal models and biochemical and cellular assays that help isolate specific mechanisms related to the regulation of CBF. Purpose The purpose of this requirement is acquisition of one (1) high-speed air-cooled refrigerated centrifuge and one (1) benchtop centrifuge. New floor models are acceptable. Project Requirements Equipment Requirements: The NINDS CMS requires delivery and installation of one (1) high speed air cooled refrigerated centrifuge and one (1) bench top centrifuge that meet the following specifications: 1.One(1) High Speed Centrifuge A.The centrifuge system shall have a minimum of twenty five (25) rotors to address different applications from simple pelleting to rate zonal separations. B.The system shall have a max speed of 30,000 rpm/with a maximum g-force of 108,860 x g C.The system shall maintain 4 degrees C while spinning 100,000 x g D.The system shall have a max capacity volume range of maximum of 5 liters E.The noise level at max speed shall be (approx.): <62 dBa (1 m in front of the instrument, 1.5 m above the floor) F.The refrigeration system shall utilize non-CFC, non-ozone depleting refrigerant G.The system shall have the ability to set temperature between -20° C and 40° C in 1° increments H.The system dimensions shall not exceed 37" x 28" x 34" (H x W x D) I.The contractor shall provide to following accessories: i.Fixed angle rotor that reaches a speed of 10,000 rpm made of anodized aluminum; r min: 38.0 mm; r av: 98.0mm, r max 158.0 mm. Rotor shall have a capacity of 3,000 mL. Number of rotor cavities x normal largest load capacity: 6 x 500 ml. Contractor shall provide 250 ml adapter (set of 2) of 2) ii.Fixed angle rotor that reaches a speed of 18,000 rpm; number of tube cavities: 10. Nominal dimensions of the largest tube shall be 38 x 102 mm. iii.Contractor shall provide the following adapters: 1.Rubber, 15 ml tube 2.Conical adapter, 15 ml 3.Adapter, 50 ml 4.Adapter, conical, 50 ml 2. One (1) Bench Top Centrifuge a.The Contractor shall provide a 120 V, 60 Hz benchtop centrifuge b.The benchtop centrifuge shall come with one adapter per size: 15/50 ml round bottom centrifuge tubes; 15/50 ml conical centrifuge tubes and 5ml plates. c.The Centrifuge shall have the ability to balance rotors automatically and to correct imbalance up to 50 grams. d.The benchtop centrifuge shall have a maximum capacity of 5 liters e.The benchtop centrifuge shall all for temperature selection between the ranges of +2° C and +40° C. Warranty Requirements: The contractor shall provide free installation and training, as well as a factory full coverage warranty for a minimum of one year for all instrumentation. Warranty shall cover all parts, travel and labor costs. Only new parts shall be used for repairs under the warranty period; no refurbished or aftermarket parts may be used. Repairs performed within the warranty period shall be covered through the remainder of the warranty period. Training Requirements: The Contractor shall provide on-site training for up to 5 people in use of the required equipment at the customer site within two (2) weeks of equipment installation. Duration of training is not to exceed 8 hours in one day. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The Contractor shall provide a company certified service technician to training. Delivery Requirements/Period of Performance The contractor shall deliver and install the required equipment within two weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. On-site training must take place at the customer site within two (2) weeks of equipment installation. Training shall take place between the hours of 8:00am and 5:00pm, Bethesda, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform setup, installation and training. Place of Performance The required equipment shall be delivered and installed inside at the NIH Main Campus, Building 49, Room 3B80, located at 49 Convent Drive, Bethesda, MD 20892-4478. Contract Type The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit 1) a technical response and 2) a separate price quotation. The technical proposal should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to thirty (30) single-sided pages. The price quotation must include the requirements listed above as well as associated pricing. Any delivery fees must be included in the quotation. Contractors 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) www.sam.gov." IMPORTANT NOTE TO OFFERORS: PLEASE ENSURE THAT YOUR RESPONSE MEETS THE FORMAT REQUIREMENTS AND SPECIFICALLY ADDRESSES EACH OF THE TECHNICAL EVALUATION CRITERION AND THE EVALUATION FOCUS THAT IS INDICATED FOR EACH CRITERION. PROPOSALS MUST INCLUDE BOTH A TECHNICAL DOCUMENT AND A SEPARATE PRICE PROPOSAL. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL PROPOSAL ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE PROPOSAL SHALL NOT BE CONSIDERED. EVALUATION CRITERIA The Government will award a contract resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1)Factor 1: Equipment Capability The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities. Technical approach shall be evaluated for the ways in which the proposed equipment meets or exceeds the equipment specification requirements. Exceeding requirements shall be considered favorably. 2)Factor 2: Equipment Warranty The contractor shall detail in its technical proposal the terms and conditions for its proposed warranty. The proposed approach shall be evaluated for the ways in which it meets or exceeds the equipment warranty. 3)Factor 3: Delivery, Installation, and Training The contractor shall detail in its technical proposal how it shall meet the delivery, installation, and training requirements. The Government shall evaluate for ability to meet or exceed these requirements. Proposals must include a delivery lead-time and detailed explanation of who shall perform installation, the installation time frame, as well as what training will be provided and how it shall be delivered. 4)Factor 4: Past Performance The Contractor shall provide a list of three (3) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the microscope requirements outlined in this Statement of Work. Experience must be specific to provision of confocal microscopes and shall include the following information for each contract or purchase order listed: a.Name of Contracting Organization b.Total Contract Value c.Description of Requirement and Specific Responsibilities of the Offeror as they relate to this SOW d.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. APPLICABLE CLAUSES AND PROVISIONS The following FAR clauses and provisions shall apply to this solicitation: 1.All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. 2.The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition. 3.FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition. 4.A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. 5.FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition. 6.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." CONTRACTOR PERFORMANCE EVALUATION Final Evaluation of Contractor performance will be prepared for the resulting contract in accordance with FAR Subpart 42.15. The final performance evaluation will be prepared at the time of completion of work. Final evaluation 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 evaluation, 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. Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov CONTRACTING OFFICER'S REPRESENTATIVE A Contracting Officer's Representative (COR) shall be assigned to the awarded contract. 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 for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. Any signed agreement shall be incorporated by reference in Section K of the contract The Government may unilaterally change the COR designation for this contract. CLOSING INFORMATION 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. All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-16-362. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-16-362/listing.html)
- Place of Performance
- Address: Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04108276-W 20160508/160506233957-90ae35ef4694937dec5b5737de5c553f (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 |