Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 07, 2016 FBO #5371
SOLICITATION NOTICE

66 -- Additional FACS Aria Fusion System for NIA Laboratory of Molecular Biology

Notice Date
8/5/2016
 
Notice Type
Presolicitation
 
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-NOI-16-637
 
Archive Date
9/3/2016
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Additional FACS Aria Fusion System for NIA Laboratory of Molecular Biology HHS-NIH-NIDA-SSSA-NOI-16-637 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 IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME). The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging (NIA) intends to negotiate and award a contract to Becton, Dickinson & Co. located at One Becton Drive, Franklin Lakes, NJ 07417 without providing for full and open competition. The award shall be for an additional FACS Aria Fusion System for the NIA Laboratory of Molecular Biology. REGULATORY & STATUTORY 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- Simplified Procedures 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. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees. CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements and the authority of 41 U.S.C. 1901 and the statutory authority of FAR 6.302-1. Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award. Pursuant to FAR Subpart 13.501 (a) (1) (iv) the rationale for the brand name justification is based upon the market research conducted as prescribed in FAR Part 10--Market Research. Specifically the results of market research concluded that only Becton, Dickinson & Co. (BD) is capable of meeting the needs of this requirement to ensure continuity of science. The FACSAria Fusion System required must augment the purification activities currently performed by another FACSAria Fusion System for the longitudinal GESTAL project. This is a five year study currently in its second year and the number of samples to be analyzed is expected to dramatically increase in the coming years. Accordingly, additional equipment is necessary to process the samples. To maintain continuity and reproducibility between samples that were processed earlier in the project and samples that will be processed in the future, it is essential that experiments be carried out using identical equipment and procedures. Use of any other type of cytometer than the BD FACSAria Fusion System would cause comparison between the previous two years of study data and future study data to be scientifically inaccurate. Data variations even of small magnitude can be indicative of significant difference in health outcomes for elderly individuals and such variants cannot be allowed. Such a situation would therefore critically jeopardize longitudinal research, potential health recommendations, and constitute a significant waste of the scientific effort and resources expended to date. To accurately identify such changes over a period of time it is essential to minimize data fluctuations through identical equipment. Accordingly, only a Beckton, Dickinson & Co. FACSAria Fusion System is acceptable for the needs of this requirement. DESCRIPTION OF REQUIREMENT Background The goal of the National Institute on Aging (NIA) Laboratory of Molecular Biology and Immunology (LMBI) is to elucidate molecular mechanisms of processes that contribute to age-associated changes in physiology, including diseases whose prevalence increases with age. The state of modern immune system related molecular biological work requires use of a highly purified subset of cells. The LMBI therefore requires frequent, flexible and reproducible cell purification capabilities, in particular for the GESTALT project. The hypothesis of the GESTALT project is that immune dysfunction contributes to chronic inflammation and inflammation-associated diseases in the elderly. In order to understand the basis for that, the NIA LMBI is studying age-associated alteration in human innate and adaptive immune cell population by isolating 11 immune cell subsets from peripheral blood of the GESTALT participants. The NIA is currently using a Beckton, Dickinson & Co. FACSAria Fusion System to isolate these cell subsets. This project is a five year longitudinal study currently in its second year, and the number of samples that will be processed in the coming three years of the study will dramatically increase and thus additional cell isolating equipment is required. Purpose and Objectives The purpose of this requirement is to procure one (1) Becton, Dickinson & Co. FACSAria Fusion System to expand the cell purification capabilities of the NIA Laboratory of Molecular Biology and Immunology for use in the longitudinal GESTALT project. To ensure continuity and repoducability between data in the longitudinal study, this is a sole source requirement. Project Description The contractor shall provide the NIA Laboratory of Molecular Biology and Immunology with one (1) Becton, Dickinson & Co. FACSAria Fusion System as follows: a)One (1) BD FACSAria Fusion [Product No. 656700] b)One (1) FACSAria Z230TWR Workstation Bundle [Product No. 659718] c)One (1) NEC 19-in LCD Monitor [Product No. 652867] d)One (1) Compressor Air 120V/60Hz [Product No. 657498] e)One (1) Aria II Temperature Control Option 115V [Product No. 643154] f)One (1) Hood Safety Biological Cabinet [Product No. 657590] Additionally, the contractor shall provide inside-delivery and installation. The equipment must be covered by a one-year warranty. Delivery/Period of Performance The contractor shall ship the required equipment within sixty (60) days following receipt of award. The equipment must be delivered and installed within ninety (90) days following receipt of award. Place of Performance: The required equipment shall be delivered and installed in Room 06C106 at the NIH Biomedical Research Center located at 251Bayview Boulevard, Baltimore, MD 21224. The contractor will have access to the room at the time of installation as escorted by LMBI staff. Contract Type A firm fixed price contract is anticipated. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT). RESPONSE INSTRUCTIONS 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. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; and maintenance availability. PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) 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 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)Technical Capability The Offeror shall detail in its technical proposal how its proposed equipment meets or exceeds each of the project requirements. This shall include detailed specifications of the offered equipment. Technical approach shall be evaluated to determine how the proposed equipment meets or exceeds each of the above-detailed requirements. 2)Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. Quotations must include a delivery lead time and shall be particularly evaluated for ability to meet or exceed delivery schedule needs indicated in this document. 3)Past Performance 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 software requirements outlined in this Statement of Work. Experience must be specific to provision of microscope software and shall include the following information for each contract or purchase order listed: a)Name of Contracting Organization Served b)Description of Requirement / What Was Supplied c)Total Contract Value d)Contract Period of Performance / Delivery Timeframe Past Performance shall be evaluated for relevance to the current requirement. Contractor responses shall be evaluated using overall adjectival ratings of "Excellent," "Very Good," "Good," "Fair," and "Poor." APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE 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.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. 4.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. 5.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." CLOSING STATEMENT All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-16-637. Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-NOI-16-637/listing.html)
 
Place of Performance
Address: Baltimore, Maryland, 21224, United States
Zip Code: 21224
 
Record
SN04212392-W 20160807/160805235351-c70832272d09d0c8d4d7a71c97f68c35 (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.