Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
SOLICITATION NOTICE

66 -- 3D Bio-Printer for NCATS Tissue Engineering

Notice Date
7/25/2016
 
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-16-458
 
Archive Date
8/25/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3014802453
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
3D Bio-Printer for NCATS Tissue Engineering Competitive Combined Synopsis/Solicitation HHS-NIH-NIDA-SSSA-CSS-16-458 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12--Acquisition of Commercial Items. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-16-458 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 1,000 Employees. SET-ASIDE STATUS This acquisition is unrestricted. Businesses of any size classification may respond. 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, FAR Subpart 13.5--Test Program for Certain Commercial Items, and FAR Part 12-Acquisition of Commercial Items, and IS expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-89, dated July 14, 2016. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Background The National Center for Advancing Translational Sciences (NCATS) applies the tools of small molecule screening and discovery to the development of chemical probe research tools for use in the study of protein and cell functions, and biological processes relevant to physiology and disease. NCATS uses bio-printing tissue engineering techniques to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community. Purpose The purpose of this acquisition is to purchase one (1) 3D bio-printer to increase capability and throughput for bio-printing live tissues. Project Requirements The NCATS requires (1) 3D Bio-printer to bio-print tissues with the following capabilities: A.The system shall be able to extrude cell embedded matrix in a 3 dimensional design. B.The system shall include at least 4 print heads to accommodate tissue construction of multiple cell types in a specific geometry for a single print. C.The system shall be able to print with a wide range of needle diameter from ~60um-800um to allow creation of large or smaller details in the tissue architecture. D.The system shall be able to calibrate the needle positions before each print using laser calibration or an equivalently precise method, to enable precision in print architecture. E.The system shall be equipped to either heat (up to ~80C) or cool (down to ~5C) all print heads, to accommodate printing matrices which must be kept at specific temperatures. F. The system shall be able to dispense using a range of syringe volumes. NCATS anticipates using the following volumes in its efforts: 3mL - 10mL. G.The system is expected to accommodate print materials including hydrogel and liquid media. H. Liquid dispense capability shall be able to extrude droplets of media for precise placement of low cell density droplets. (~.005mm) I.The system shall be capable of extruding small volume J.The system shall enable contact dispensing for hydrogels as well as contactless (jetting) dispensing processes for liquids to enable high dispense frequency, and accuracy. K.The system shall include a thermobase platform heater (up to ~80C) and cooler (down to ~5C) L.The system shall include UV curing capability for photo-polymerization. M.The system shall be able to secure the position of multiwell plates with SBS footprint, and shall have a reliable method to secure odd shaped receptacles to keep the position snug. N.The system shall include 3D drawing software to create tissue architecture, as well as converter software to generate the script protocol for the printer. O.The system shall include a Biosafety Cabinet class 2 to provide sterility and operator safety to contain it which is strong enough to withhold the weight of the printer and fitted to hold the size. Training The Contractor shall provide end-user training to teach NCATS employees to operate the system hardware and software. Training shall be provided by an Original Equipment Manufacturer technician. Warranty The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs except where damage is deliberate, instrument is dropped or misuse beyond instructions provided. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period. Delivery Requirements/Period of Performance The anticipated contract period of performance is sixteen (16) weeks from date of award. The contractor shall deliver and install the required equipment within sixteen (16) 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, Rockville, MD local prevailing time, Monday through Friday. The contractor shall provide a company certified service technician to perform installation. Place of Performance The required equipment shall be delivered and installed inside at NIH/NCATS; Building B; 9800 Medical Center Drive; Rockville, MD 20850 Contract Type The Government intends to issue a firm fixed price commercial items contract for this requirement. Question and Answer Period Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before 07/29/2016 at 12:00 PM Noon EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. Should no questions be received, no amendment shall be posted. 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 response should address each of the evaluation criteria four separately. The contractor price quotation must cover all of the requirements listed in this solicitation and include the itemized associated pricing. 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: PROPOSALS MUST INCLUDE BOTH A TECHNICAL RESPONSE AND A SEPARATE PRICE QUOTE. CONTRACTORS NOT SUBMITTING BOTH A TECHINICAL RESPONSE ADDRESSING THE EVALUATION CRITERIA AND A SEPARATE PRICE QUOTE SHALL NOT BE CONSIDERED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value in consideration of both technical factors and price. Technical factors are as follows, in order of importance: 1.Equipment Capability and Warranty (60 Points): The contractor shall detail in a technical proposal how its proposed equipment meets each of the project requirements. This shall include detailed specifications of the offered equipment and its capabilities as well as warranty information. The technical proposal shall be evaluated for the ways in which the proposed equipment meets the functional equipment specification requirements. The Government shall particularly evaluate for the system's capability and accuracy in printing with small volumes, the broadness of range of included needle diameters and syringe volumes, and for the methods of dispensing hydrogel and liquid media efficiently and accurately. The warranty shall be evaluated for the ways it meets or exceeds the requirements detailed in this statement of work. Exceeding requirements shall be considered favorably 2.Training (20 Points): The contractor shall detail in a technical proposal the end user training is shall provide including subjects covered, technicians/instructors, and training duration. The Government shall evaluate the training approach for its comprehensiveness and appropriateness to teach at least four NCATS employees to appropriately use the equipment independently. 3.Delivery and Installation (10 Points): The contractor shall detail in a technical proposal how it shall meet the delivery and installation requirements. The Government shall evaluate for ability to meet or exceed the requirements detailed in this statement of need (delivery and installation within 16 weeks). Proposals must include a delivery lead-time and detailed explanation of who shall perform installation. 4.Past Performance (10 Points): The Contractor shall provide a list of two (2) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment provision, delivery, and installation requirements outlined in this Statement of Work. Experience 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 d.Contract Period of Performance Past Performance shall be evaluated for relevance to the current requirement. Proposals shall be evaluated using an adjectival ranking system based on evaluation points as follows: Excellent (90-100) Very Good (80-89) Fair (70-79) Poor (60-69) Unacceptable (0-59) Only adjectival ratings shall be used in final summary technical evaluation documentation. 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 (June 2016) apply to this acquisition. 6. FAR Clause 52.237-2 -- Protection of Government Buildings, Equipment, and Vegetation applies to this acquisition. 7.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-16-458. 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-16-458/listing.html)
 
Record
SN04195496-W 20160727/160726000736-ca6d39b5bacfc5f3ded904c38497c2fe (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.