Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2016 FBO #5385
SOLICITATION NOTICE

66 -- Acquisition of Brand Name or Equal OPTIMA XPN-80 Ultracentrifuge and Allegra X-14 Centrifuge

Notice Date
8/19/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Bldg 1050, Frederick, Maryland, 21702, United States
 
ZIP Code
21702
 
Solicitation Number
N02RC62666-57
 
Point of Contact
Reyes Rodriguez, Phone: 240-276-5442
 
E-Mail Address
reyes.rodriguez@nih.gov
(reyes.rodriguez@nih.gov)
 
Small Business Set-Aside
Economically Disadvantaged Woman Owned Small Business
 
Description
The National Cancer Institute (NCI), Center for Cancer Research (CCR), Radiation Oncology Branch (ROB) plans to procure a Brand Name or Equal OPTIMA XPN-80 Ultracentrifuge and an Allegra X-14 Cell Culture ARIES Centrifuge. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62666-57 includes all applicable provisions and clauses in effect through FAR FAC 2005-89 (July 2016) simplified procedures for commercial items. The North American Industry Classification System code is 423450 and the business size standard is 100 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. It has been determined there are no opportunities to acquire green products or services for this procurement. The Radiation Oncology Branch (ROB) research project is aimed at understanding the radiation-induced posttranscriptional control of gene expression. Critical to these studies is the analysis of RNA bound to polysomes present in the cytoplasm. The procedure for isolating polysome-bound RNA involves the high speed centrifugation of the cytoplasmic cellular fraction through sucrose gradients. For this process ROB needs an ultra-centrifuge capable of speeds of 80,000 rpms and the stated swinging bucket rotor. I. Description of Contractor Requirements The following Salient Characteristics must be provided for the OPTIMA XPN-80 Ultracentrifuge: UNSPSC 41103907 Height 125.7 cm (49.5") Width 94 cm (37") Depth 68.1 cm (26.8") Weight 485 kg (1068 lbs) Approximate acceleration time 10 acceleration profiles Approximate deceleration time 11 acceleration profiles Max speed 80,000 rpm Approximate noise level 1m in front of centrifuge <51 dBa Max heat dissipation into room (steady-state conditions) 3400 BTU/hr (1.0 kW) g force 548,300 x g Maximum speed 80,000 rpm Set time Up to 999 hours 59 minutes Refrigeration system Thermoelectric-no CFCs, ODCs Speed control ±2 rpm of set speed (above 1,000 rpm) Set speed 1,000 to 80,000 rpm in 100-rpm increments Temperature control 0 to 40° C in 1° C increments Electrical requirements 200-240V, 30 A, 50/60 Hz User-defined programs 1,000 with up to 30 steps each Humidity restrictions <80% at <35° C (non-condensing) Ambient temperature range 10° C to 35° C Pollution degree 2 Must be compatible with existing Optima 80-L centrifuge with the same rotor. ROTOR PKG Specification: SW-41T1 rotor package The following Salient Characteristics must be provided Allegra X-14 Cell Culture ARIES Centrifuge: UNSPSC 41103904 Height 34.3 cm (13.5") Width 76.2 cm (30") Depth 62.2 cm (24.5") Weight 128 kg (283 lbs) Acceleration 10 Profiles Deceleration 11 Profiles Drive type Brushless Induction Electrical requirements 60 Hz, 120V Max speed Swinging Bucket Rotor: 4,300 rpm Fixed Angle Rotor: 10,200 rpm Refigeration Yes Set temperature Preset to 20˚C Audible end-of-run tone Yes Automatic rotor identification Yes Refrigeration Yes, CFC-Free Timed run Up to 99 hours, 59 min User-defined programs 10 Ventilation clearances required Sides and Rear: 7.6 cm (3.0 in) Relative centrifugal field (RCF) at r max Swinging Bucket Rotor: 4,303 x g Fixed Angle Rotor: 11,419 x g Rotor capacity 4 x 750 mL The following Additional Salient Characteristics must be Met: • Due to limited space the ROB requires a footprint of (37"W x 26.8"D) with a 49.5" inch measured working height. • Instrument shall include a computer driven brushless motor with a large interactive LCD touchscreen, which can be operated and monitored remotely using a portable work pad or smartphone device. • The instrument shall include the SW-41T1 rotor package that could satisfy the labs' Rate zonal centrifugal needs for fast speed operations: UNSPSC: 41103909 Ultra-swinging bucket with a maximum speed of 41,000 rpm and a max RCF at max (g) of 288,000xg. The rotor must be made of titanium with buckets made of titanium with anodized aluminum caps. Nominal rotor capacity must be 79.2ml with at least 6 x 13.2ml rotor capacity. • A major project in the ROB is the investigation of radiation-induced translational control of gene expression with respect to the mechanisms involved and as a source of targets for clinically relevant radiosensitizers. These studies require the isolation of the subcellular polysome fraction from cells grown in vitro using an energy efficient ultracentrifuge with real-time graphing. In addition, the isolation of the subcellular polysome fraction from orthotopic xenografts, which are then subjected to gene expression analyses. The primary purpose of the requested ultracentrifuge will be to isolate the subcellular polysome fraction, a process that requires a 3h high-speed spin performed at 4 degrees C and accommodates only 6 samples per run. To generate the most consistent data in real-time with the ability to quickly perform calculations and conversions as needed. We require the ability to prepare the polysome fraction from all treatment groups at the same time. The problem is that a number of our critical studies involve a range of radiation doses evaluated at multiple time points resulting in 10 to 12 samples. Since other members of the ROB also need to use our current ultracentrifuge our experimental progress is hindered. We are unable to perform these experiments without an additional ultracentrifuge. The inability to collect 10-12 samples in a single experiment significantly limits our advances in this area. • A minimum of 12-month warranty shall be provided at no additional cost. • All shipping/installation costs shall be included in the quotation. II. Delivery: Contractor(s) shall deliver the item within 30 days after award to the following location: TBA, NIH/NCI 9000 Rockville Pike, Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon delivery, contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. III. Payment: Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. QUOTATIONS ARE DUE: August 25, 2016 at 11:00 am EST. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: 52.211-6 Brand Name or Equal. (Aug 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) HHSAR 352.203-70 ANTI-LOBBYING (MAR 2012) Pursuant to the current HHS annual appropriations act, Public Law 112-74, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a)Publicity or propaganda purposes; (b)The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any State or local legislature itself; or designed to support of defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any State or local government, except in presentation to the executive branch of any State or local government itself; or (c)Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations regulation, administrative action, or Executive order proposed or pending before the Congress or any State government, State legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a State, local or tribal government is policymaking and administrative processes within the executive branch of that government. The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future Federal, State or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. 52.212-1 Instruction to Offerors Commercial Items (April 2014) 52.212-2, Evaluation Commercial Items: The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. 52.219-29 - Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (Dec 2015) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Reyes Rodriguez, Contracting Officer at reyes.rodriguez@nih.gov. OFFERORS: Offers are solicited only from EDWOSB concerns. Offers received from concerns that are not EDWOSB concerns will not be considered. Offers must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 11:00 a.m. EST on August 25, 2016. Please refer to solicitation number N02RC62666-57 on all correspondence. No collect calls will be accepted. Electronic quotations will be accepted. All questions shall be in writing and may be addressed to the aforementioned individual noted above. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) through www.sam.gov. Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/FCRF/N02RC62666-57/listing.html)
 
Place of Performance
Address: TBA, Bethesda, Maryland, 20892, United States
Zip Code: 20892
 
Record
SN04232300-W 20160821/160819234757-7195678aa26be2174d7b98ba3e1dfde1 (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.