SOLICITATION NOTICE
66 -- Crystallization robot - 16Q0831 Request for Quote (RFQ)
- Notice Date
- 5/27/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Other Defense Agencies, Uniformed Services University of the Health Sciences, UNIFORMED SERVICES UNIVERSITY OF THE HEALTH SCIENCES (USUHS), 4301 JONES BRIDGE ROAD, Bethesda, Maryland, 20814-4799, United States
- ZIP Code
- 20814-4799
- Solicitation Number
- HU0001-16-Q-0831
- Archive Date
- 6/30/2016
- Point of Contact
- Andrew E. Lee, Phone: 3012951914
- E-Mail Address
-
andrew.lee@usuhs.edu
(andrew.lee@usuhs.edu)
- Small Business Set-Aside
- Total Small Business
- Description
- 16Q0831 Provisions and Clauses (P&C) 16Q0831 Required Provisions 16Q0831 Required CLIN Structure 16Q0831 Request for Quote (RFQ) *Refer to the attachments for the complete detail General Overview: The Uniformed Services University of the Health Sciences (USU) is the Nation's federal health sciences university and is committed to excellence in military medicine and public health during peace and war. We provide the Nation with health professionals dedicated to career service in the Department of Defense and the United States Public Health Service and with scientists who serve the common good. We serve the uniformed services and the Nation as an outstanding academic health sciences center with a worldwide perspective for education, research, service, and consultation; we are unique in relating these activities to military medicine, disaster medicine, and military medical readiness. USU is located in Bethesda, MD on the grounds of the Naval Support Activity Bethesda. Additional information regarding USU can be found on our website: www.usuhs.mil. USU has a requirement for a crystallization robot. This is a combined synopsis/solicitation for commercial items in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This is a request for quotes (RFQ) for commercial items in accordance with the procedures of FAR part 12 Acquisition of Commercial Items and FAR part 13 Simplified Acquisition Procedures. This RFQ incorporates all provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-88 (May 16, 2016) and Defense Federal Acquisition Regulation Supplement (DFARS) (May 10, 2016). This procurement is set-aside for small business concerns under NAICS code 333314 Optical Instrument and Lens Manufacturing with a size standard of 500 employees. In order to be eligible for award, offerors must be registered in http://www.sam.gov with completed representations and certifications by the close date of the solicitation. This procurement is subject to the non-manufacturer rule. Offerors responding to this requirement must provide quotes for a crystallization robot manufactured by small business concerns. All non-manufacture resellers must provide the official company name of the manufacturer. The manufacturer's socio-economic status will be verified in sam.gov. Specifications: Desired Specifications The following specifications are desired. Offerors responding to this requirement are not required to quote a crystallization robot meeting all the desired specifications listed below. However, quotes that meet or exceed the desired specifications may be considered more desirable by the Government. DESIRED SPECIFICATIONS a.Multiple lab ware positions to simultaneously accommodate multiple deep well blocks (crystallization solutions and additive solutions) and multiple crystallization plates. b.Dispenses crystal screen solutions from deep well blocks to crystallization plate and sets up crystallization drops both in a single operation. c.Sets up crystallization plates rapidly to minimize evaporation of drops. d.Delivers crystallization solutions accurately, <5% CV, from 0.1 l to 100 l. e.Delivers protein samples accurately, <5% CV, at a volume as low as 0.1 l f.Air-driven delivery of protein samples preferred to avoid mixing or diluting samples. g.Takes enough protein in one operation to deliver to the entire plate to avoid constant agitation of the protein sample or slow dispensing. h.Keeps temperature-sensitive samples (proteins) cool while dispensing. i.Non-contact dispensing of protein samples to avoid cross contamination. j.Ability to pipet liquids of different viscosity accurately by easily adjusting machine parameters (e.g. programmable liquid classes). The Government may consider purchasing installation and training. No Government-furnished equipment or supplies will be provided to the selected contractor for installation or training. Installation and training must be coordinated with the technical end-user, who will be identified in the purchase order (PO), and conducted during normal Government business hours (Monday through Friday 8:00AM local time to 4:00PM local time, excluding Federal holidays). Evaluation / Award Detail: The Government intends to award a single firm-fixed priced (FFP) purchase order to the offeror representing the best value to the Government based on the evaluation factors listed below. Evaluation factors are listed in order of importance, with most important listed first. The Government will conduct a trade-off between price and non-price factors. The Government is not required to award to the lowest priced offeror or the highest technically rated offeror. The Government reserves the right to award without discussions. Evaluation Factors (in order of importance): 1.Technical. Offerors must provide product literature, which demonstrates the capabilities of the quoted item(s). At a minimum the product literature must demonstrate how the quoted item meets the required specifications and the desired specifications quoted. Information on warranty, installation, training and delivery lead-time must be included in the quote submission and will be evaluated. The Government reserves the right to utilize technical (e.g. trade magazines) and customer reviews/references, if deemed necessary, as part of the technical evaluation for the quoted item(s). 2.Price. Offerors must include all applicable costs, such as components, installation, and shipping, in their quote. The total quoted price will be the evaluated price. In addition to providing the product literature, offerors must also submit a copy of the completed CLIN Structure Excel spreadsheet [refer to the RFQ attachments]* in the quote package. Those offerors who fail to provide this copy in the quote package may be deemed nonresponsive: CLIN 0001: Crystallization Robot Desired SpecificationsQuoted SpecificationsReference Page No. in the Quote Package / Product Literature 1. DESIRED SPECIFICATIONS 1.a.Multiple lab ware positions to simultaneously accommodate multiple deep well blocks (crystallization solutions and additive solutions) and multiple crystallization plates. 1.b.Dispenses crystal screen solutions from deep well blocks to crystallization plate and sets up crystallization drops both in a single operation. 1.c.Sets up crystallization plates rapidly to minimize evaporation of drops. 1.d.Delivers crystallization solutions accurately, <5% CV, from 0.1 l to 100 l. 1.e.Delivers protein samples accurately, <5% CV, at a volume as low as 0.1 l. 1.f.Air-driven delivery of protein samples preferred to avoid mixing or diluting samples. 1.g.Takes enough protein in one operation to deliver to the entire plate to avoid constant agitation of the protein sample or slow dispensing. 1.h.Keeps temperature-sensitive samples (proteins) cool while dispensing. 1.i.Non-contact dispensing of protein samples to avoid cross contamination. 1.j.Ability to pipet liquids of different viscosity accurately by easily adjusting machine parameters (e.g. programmable liquid classes). 2. Warranty Period 3. Country of Manufacture *Complete and return the CLIN Structure attachment. Offerors must also submit the following with their quote, if not completed in SAM registration: 1.Completed copy of provision 52.209-2**, 2.Completed copy of provision 252.209-7991**, 3.Completed copy of provision 252.225-7035**, 4.Completed copy of provision 52.222-48**, and 5.Estimated delivery lead-time. **Complete and return the Required Provisions attachment. See attached list for applicable provisions and clauses for this requirement. Quoted items must be new. Quotes for refurbished equipment will not be considered. Offerors must also indicate in quote where item is manufactured. Items will be shipped to Bethesda, MD. Deadlines: Questions/clarifications regarding this solicitation must be submitted via email to andrew.lee@usuhs.edu by 2:00PM ET on June 1, 2016. Any question received after 2:00PM ET on June 1, 2016 will not be answered. Questions will not be answered over the phone or submitted by any other means. All questions will be answered in an amendment to the solicitation posted on or around June 2, 2016 Quote packages are due by 10:00PM Eastern Local Time on June 3, 2016. Quotes must be submitted via email to andrew.lee@usuhs.edu. Quotes will not be accepted by any other means. Late quotes will not be considered. Offerors will receive an email confirmation that they quote was received and whether it was on time or late within two (2) Government business days. Quote packages should include a cover sheet that provides the following information: a.Official Company Name; b.Point-of-contact (PoC), including name, email address, and phone number; c.DUNS Number; d.Statement that acknowledges the latest amendment number-only if an amendment had been issued for this RFQ. Failure to acknowledge the most recent amendment number, may render an offeror's quote non-responsive; and e.Preferred method of payment (Visa or EFT).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/52589d1d2da66ec8694038832b96d96b)
- Place of Performance
- Address: Uniformed Services University, 4301 Jones Bridge Road, Bethesda, Maryland, 20814, United States
- Zip Code: 20814
- Zip Code: 20814
- Record
- SN04132293-W 20160529/160527234448-52589d1d2da66ec8694038832b96d96b (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 |