Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 21, 2017 FBO #5628
SOLICITATION NOTICE

66 -- Personal Pipettor-Liquid Handling System

Notice Date
4/19/2017
 
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, 6001 Executive Boulevard, Room 3155, MSC 9593, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2017-287
 
Archive Date
5/14/2017
 
Point of Contact
Stacey M Polk,
 
E-Mail Address
spolk@nida.nih.gov
(spolk@nida.nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
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. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2017-287 and the solicitation is issued as request for quotation (RFQ). 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 not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-94,2005-95 / 01-19-2017. The associated NAICS code 334516 and the small business size standard 1000 employees. This requirement is a total small business set-aside. The purpose of this acquisition is to purchase an an instrument that will allow NCATS Chemical Genomics Center (NCGC) Biologists to enhance the reproducibility and the throughput of laboratory experiments. This liquid handling system will enable the NCATS Biology groups to increase the capability to optimize biochemical, cellular and model organism-based assays submitted by the biomedical research community; perform automated high-throughput screening (HTS); and perform chemistry optimization on confirmed hits to produce chemical probes for dissemination to the research community. Contractor Requirements: The contractor will provide a BRAND NAME or EQUAL, Personal Pipettor Catalog number PPA-384-M and accompanying accessories; manufactured by Apricot Designs. Essential Features/Specifications/Characteristics: 1. Dispensing Precision <3% CV at 1 ul (96-L/384 version) <3% CV at 5 ul (96-H version) 2. Dispensing Accuracy +/- 2% at 1 ul (96-L/384 version) +/- 2% at 10 ul (96H version) 3. Resolution 0.1 ul (96-L/384 version) 1 ul (96-H version) 4. Pipette Volume 0.5 - 125 ul (96-L/384 version) 1-550 ul (96-H version) 5. Dimensions (Not to exceed) (-M versions) 28"W x 19"D x 23.5"H 711W x 483D x 597H mm 6. (-H version) 28"W x 19"D x 26"H 711W x 483D x 660H mm 7. (all models) Operating Width for stage 39.5" 1003 mm 8. Weight Approx. 98 lbs (45 kg) 9. Power 100 to 240 VAC, 50/60 HZ 10. Operating Temperature 50 - 100 ºF 11. 384 parallel pipetting, air displacement pipettor. 12. Solid core block with 384 bores used with 384 pistons for pipetting 13. 384 channel pipetting mechanism is capable of 96, 32, 16, 12, 24, 1 channel pipetting by changing the tips and tip frame. No core or block changes required. 14. Capable of transferring liquids to and from 1536, 384, 96, 48, 24 well plates; 8, 12 well strips, single tubes, SBS formatted reservoirs, tube racks (384, 96 and 24) 15. The instrument must be controlled using an Apple iPad 16. The iPad Application and updates are available via the Apple App store at no charge. 17. The instrument must also be able to be controlled using a Surface Pro or other Windows based PC 18. The instrument must be integrated with stacking and robotic systems (Integration guide is included with the instrument) 19. The instrument will be capable of pipetting 0.5ul to 125ul per channel in all formats mentioned above. 20. The instrument must be capable of performing serial dilutions in 8, 16, 12, 24, 32, and 64 channel formats in 96 well plates, 384 well plates. 21. Equipped with 5 universal plate positions on the deck and must be used for assay plates, source plates, PCR plates, 96 well plates, 384 well plates, 1536 well plates, and reservoirs.--These positions are modular and will be fitted with heating, cooling, vacuum systems, and other third party devices. 22. The instrument must enable Wired control, Wifi control, PC control, and one extra slot for future use. 23. A Barcode reader, peristaltic pump wash system, and peristaltic refillable reservoir system must be able to be integrated into the system. Quantity: One each 1. PPA-384-M 384 Channel Personal Pipettor, iPad Controlled, Linear 5 Stations, plus 1 Tip Wash / Reservoir Station, dispenses 0.5 - 125ul per tip. Including: - 1 ea. iPad controller with mount - 1 ea. RS232C Communication Cable (for PC) - 5 ea. Spring Loaded Plate Nests - 2 ea. 300-3DBR, Buffer Reservoir with Anti Splash Dividers - 1 ea. Apricot Pipettor Software Installation CD - 1 ea. 550-EP-79, AC Power Cord - 1 ea. Instruction Manual 2. 384-A-01-EZL-SL "EZ Load" Pipetting Head, 384-channel, Swing Lock design. For use with 384 EZ-Load tips. 3. 384-A-01-EZL-SL-096 "EZ Load" Pipetting Head, 96-channel offset, Swing Lock design. For use with 96 channel EZ-Load tips. 4. 384-A-01-EZL-SC-13 EZ-Load Pipetting Head, Strip Tip Design, 16-Channel Dual Column, 1 and 13 for Apricot EZL Tips 5. 384-A-01-EZL-096- SC EZ-Load Pipetting Head, Strip Tip Design, 8-Channel Offset for Apricot EZL Tips 6. 384-A-01-EZL-SR EZ-Load Pipetting Head, Strip Tip Design, 24-Channel for Apricot EZL Tips 7. 384-A-01-EZL-096- SR EZ-Load Pipetting Head, Strip Tip Design, 12-Channel Offset for Apricot EZL Tips 8. SA-Z1-384-MS Service contract for a Multi Station Personal Pipettor (PP), 9. 384 Channel, ZONE 1. Includes full coverage for one year, on site repairs, plus one on site Preventative Maintenance Visit 10. Shipping-Inside Delivery Period of Performance: Delivery within six weeks ARO Delivery to: National Institutes of Health 9800 Medical Center Drive Building B Rockville, MD 20850 The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a)The Government will award a contract on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standards for non-cost factors The following factors shall be used to evaluate offers: 1.Technical capability of the item offered to meet the Government requirement ( 2.Price (b)Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c)A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition: 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) 52.222-3 Convict Labor (June 2003). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) 52.222-21 Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (Sept 2016). 52.222-36 Equal Oppurtunity for Workers with Disabilities (JUL 2014) 52.222-50 Combating Trafficking in Persons (March 2015) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013). The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: 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. Included warranty shall be for a period of at least one year from receipt of product The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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, Origin, etc), 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; maintenance availability; and environmental and energy efficiency considerations. 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." All responses must be received by the respone due date of the solicitation, and reference number HHS-NIH-NIDA-SSSA-CSS-2017-287. Responses may be submitted electronically to Stacey Polk, spolk@nida.nih.gov. Fax responses will not be accepted. Request for additional information may be sent to Stacey Polk, spolk@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-2017-287/listing.html)
 
Place of Performance
Address: National Institutes of Health, 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN04478478-W 20170421/170419235440-5f470ec8290c6b679857f2ea0a201ad3 (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.