Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 08, 2016 FBO #5280
SOLICITATION NOTICE

66 -- Brand Name or Equal Image Cytometer for 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-16-345
 
Archive Date
5/31/2016
 
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
Brand Name or Equal Image Cytometer for NINDS Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-345 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-16-345 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 NINDS Surgical Neurology Branch (SNB) studies primary brain tumors, pituitary tumors, syringomyelia, drug delivery to the central nervous system, development of surgical technology/techniques, cell death in neurologic disorders and functional neurosurgery. Several studies are underway which examine the effect of anticancer drugs, immune therapies and biological modifiers in cultured central nervous system tumor cell lines. The NINDS SNB studies require Investigators not only to analyze cell death but the mechanism by which the cells are dying. In order to fully understand how anti-tumor drugs are working, it is important to identify and distinguish between two types of cell death, apoptosis and autophagy. This knowledge allows investigators to identify additional therapeutic targets, and thus improve anti-tumor treatments. Also, Investigators are analyzing heterogeneous cell populations in fresh isolates and primary cultures derived from surgically resected tumors. Providing investigators access to a state-of-the-art image cytometer is crucial to this research. Purpose The purpose of this acquisition is to procure one (1) Nexcelom Cellometer Vision CBA Image Cytometer System OR EQUAL to analyze cell death, mechanisms and heterogeneous cell populations in fresh isolates and primary cultures derived from surgically resected tumors. This requirement is sourced on a brand name or equal basis. Project Requirements Equipment Requirements The Contractor shall provide the NINDS Surgical Neurology Branch (SNB) with one (1) Nexcelom Cellometer Vision CBA Image Cytometer System [Nexcelom Item Numbers: SK-150-FCS, HSLA, CHT4-SD100-014] or EQUAL. The brand-name or equal instrument requirements are as follows: 1.The system must be able to analyze cell death and detect the mechanism by which the cells are dying (e.g. autophagy or apoptosis). 2.The system must be able to process cell-based assays (e.g. apoptosis, aggresome detection, autophagy, cell cycle, multidrug resistance, proliferation, surface marker, transfection and viability) individually or simultaneously. 3.The system must be able to calculate cell viability and capture cell images, counts, and dimensions. 4.The system must include a Windows-based computer work station and software. The software must offer pre-set data layouts with adjustable gates within preset analysis parameters, and must also provide algorithms for advanced cell analysis to determine specific cell types. 5.The system must include 900 disposable, plastic slides for cells ranging 2 to 80µm in diameter for analysis and evaluations. 6.The system must have a minimum of six (6) high sensitively lamps and two (2) interchangeable fluorescent filters (FITC and Propidium Iodide) 7.The system dimensions must not exceed 7" wide x 9" deep x 15" high due to benchtop space limitations. Warranty Requirements The Contractor shall provide a one (1) year warranty on all equipment from date of installation. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. The Contractor shall provide a certified original equipment manufacturer service technician to perform all repairs during the warranty period. Training Requirements The Contractor shall provide training on use of the equipment to the Government following installation. Training shall be for up to five (5) individuals over one (1) day period for duration of at least four (4) or more hours. The Contractor shall provide an original equipment manufacturer (OEM) service technician to perform training. Delivery Requirements/Period of Performance The total period of performance for this requirement shall be five (5) weeks. The Contractor shall deliver and install the image cytometer within thirty (30) days after receipt of order. Delivery must be FOB destination and include inside installation. The equipment shall be installed during normal working hours (from 8:00 AM to 5:00 PM local prevailing time, Monday through Friday). The Contractor shall provide on-site training in use of the equipment at the customer site within seven (7) days 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 an original equipment manufacturer (OEM) service technician to perform delivery, setup, and installation. Place of Performance The equipment shall be delivered inside at the National Institutes of Health, NINDS, SNB, 10 Center Drive, Building 10, Room 3D17, Bethesda, MD 20892. 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 purchase order resulting from the solicitation on the basis of lowest price technically acceptabl e. Technically acceptability shall be based on the following: 1.Contractor must meet or exceed each of the project requirements detailed in this solicitation 2.Contractor proposal must include a one (1) year warranty 3.Contractor must affirm the ability to meet or exceed the period of performance requirement for delivery and installation within 30 days, and training within one (1) week thereafter, after Contractor receipt of order. Any delivery fees must be included in the quotation. 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." 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-16-345. 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-16-345/listing.html)
 
Place of Performance
Address: Bethesda, Maryland, 20814, United States
Zip Code: 20814
 
Record
SN04108627-W 20160508/160506234252-8b34cc61be1a772c3b8672916a660219 (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.