SOLICITATION NOTICE
66 -- Brand name or equal Biocomp Instruments Gradient Station 240 Volt Instrument, for Both Formation and Fractionation of Gradients
- Notice Date
- 9/14/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO62719-8
- Archive Date
- 10/4/2016
- Point of Contact
- Megan N. Kisamore, Phone: 2402765261
- E-Mail Address
-
megan.kisamore@nih.gov
(megan.kisamore@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- This requirement includes one (1) brand name or equal Biocomp Instruments Gradient Station 240 Volt Instrument. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the 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, # N02CO62719-8, is issued as a request for proposals (RFP), and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular FAC 2005-89-1 / 08-15-2016, simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type purchase order. Description of Contractor Requirements The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Genetics Branch (GB) is engaged in the study of cancer genetics. Investigating the expression of cancer associated genes and their products is an integral function of the GB. By using the requested device to form and fractionate gradients, the lab will be able to identify and isolate fractions containing potential translation products via magnetic field interaction technology. The following product features are required: • The gradient station base unit shall be a combined gradient fractionator and gradient master (240v), able to create six identical linear gradients (tilted tube rotation) in a tube adhered to a magnetic based platform • The fractionator requires a trumpet-like tip or equivalent that compresses bands into vertical columns and a readout distance to extend from the meniscus downward • The fractionating tube mount SW41 shall include a tube holder and piston tip for 9/16" x 3 ½" centrifuge tubes with a box of 50 9/16" x 3 ½" polyclear open top SW41 ultracentrifuge tubes, retainer cap and cursor, spare piston tip and seal • The gradient forming attachments shall be able to hold 9/16" tubes and a marker block compatible with an SW41 centrifuge rotor • A single wavelength UV and fluorescence (EGFP or mCherry) monitor with laptop and software capable of simultaneous scanning of density gradients and memory for previous run parameters and internet connectivity • A Fraction collector (100-120v) compatible with a 3-way diverter valve • A Fraction rack, Code 29 compatible with 60 X 1.5ml Microfuge tubes Delivery / Installation Delivery shall be within 60 days of purchase order award. All shipping/handling and delivery/installation fees shall be included. Installation shall be performed by, or under the direct supervisions of a certified operator. The Contractor shall deliver and install the equipment at the following address: National Cancer Institute 37 Convent Dr. Building 37, Room 6134 Bethesda, MD 20892 The Contractor shall arrange the installation date and time with the NCI Technical Point of Contact (POC). Training Training for two users shall be included in the quote. Training materials and/or travel expenses shall be included in the quoted price. Warranty A minimum of 12 months of warranty, which covers the cost of repair and/or replacement, including labor or any defect in OEM workmanship or parts, shall be included in the quoted price. 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. Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: FAR 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. FAR 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. 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 Megan Kisamore, Contract Specialist at megan.kisamore@nih.gov. Clause No. Title FAR 52.212-1 INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2015) FAR 52.212-2 EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (JUL 2016) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (MAY 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6 Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-3 Buy American -- Free Trade Agreements-Israeli Trade Act. 52.225-5 Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). Submission Information Proposals must be submitted 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 valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 1:00 PM EST on Thursday, September 15, 2016. Proposals must be submitted electronically (via email) to Contracting Officer, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, on Monday, September 19, 2016. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02CO62719-8 on all correspondence. Evaluation Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. 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. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR 52.211-6. Price Proposal The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your proposal must include the following: - Federal Tax Identification Number (TIN); - Data Universal Numbering System (DUNS) Number; - Business Size (e.g., small or large)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO62719-8/listing.html)
- Record
- SN04271653-W 20160916/160914235414-0718c4d5590d93afc7987f7dc926f233 (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 |