Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 06, 2017 FBO #5735
SOLICITATION NOTICE

70 -- Automated Liquid Handling Station

Notice Date
8/4/2017
 
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 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-17-543
 
Archive Date
8/26/2017
 
Point of Contact
Sneha V Singh, Phone: 3014802443
 
E-Mail Address
sneha.singh@nih.gov
(sneha.singh@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
HHS-NIH-NIDA-SSSA-CSS-17-543 COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Automated Liquid Handling Station (i) 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. (ii) The solicitation number is HHS-NIH-NIDA-SSSA-CSS-17-543 and the solicitation is issued as a 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. (iii) The National Institute on Drug Abuse intends to procure a Brand Name or Equal Hamilton Microlab Nimbus 96 system. NIDA intends to make one award as a result of this solicitation. This award is planned to be firm fixed price contract. (iv) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95, dated January 19, 2017. (v) The associated NAICS code 334516, Analytical Laboratory Instrument Manufacturing and the small business size standard 1,000 employees. This requirement is full and open with no set-aside restrictions. (vi) The MICROLAB NIMBUS 96 system or equivalent, composed of: - Open NIMBUS96 Gripper 3x4 base model which includes 96 Head, 12 deck positions and a gripper, or equivalent - Laptop Computer - 12 labware pedestals - Integration Hardware to connect the BMG PHERAStar to the Nimbus 96, or equivalent - Software Driver designed for BMG LabTech Plate Reader - Installation and Training (on-site) - Manufacturer's Warranty (vii) The automated liquid handling station must meet the following requirements (salient characteristics: • Customizable to the Pherastar FSX Multimode Microplate Reader • 96-Probe CO-RE Multi Pipetting Head o 1-1000ul volume dynamic range without hardware modification o High pipetting precision (< 2% CV across most volumes) o 96 tip, single tip, single or multiple rows/columns, and quadrant-based tip pick up and re-racking o cLLD (capacitance-based liquid level detection) on four channels (A1, B2, G11 and H12) o Flexible handling of fluids from different Liquid Classes • CO-RE (Compression-induced O-Ring Expansion) Technology o Technique for loading/ejecting disposable tips o Unique ‘lock-and-key' mechanism offers  High positional precision (+ 0.1mm in all axis)  Low-force tip ejection to eliminate aerosols o ‘On the fly' interchangeable disposable tips  black conductive or clear  filtered or non-filtered  4 sizes (10ul, 50ul, 300ul & 1000ul) • Air-Displacement Pipetting Technology o Same mechanism used by high precision hand-held electronic pipettors o Zero risk of contamination/dilution by system liquid (as seen in liquid-based systems) • Instrument Control Software o Software with enhanced Graphical User Interface which allows highly simplified method of creation and editing  Standard pipetting applications (i.e. serial dilutions, plate replications)  Intuitive Editors (Methods, Liquid Classes, Labware)  Device Tool Kit for Pipette head and gripper calibration routines o Integrates to VENUS TWO software for intermediate and advanced pipetting routines o Enables CFR 21 Part 11 compliance o Provides access to Searchable Quick Start, Operators Guide and Help Files o Direct link to company's website for downloads, FAQs and support • Extensive Liquid Class Database o Optimized pipetting parameters for hundreds of commonly used liquids and pipetting conditions • High Efficiency Deck w/custom Labware Stand-offs o 3 Deck Configurations  9 + 2 (9 standard deck sites and 2 sub-deck sites)  3 x 4 (12 standard deck sites) o Stacked NTR (Nestable Tip Racks) Compatible  Allows for vertical stacking of up to 4 racks in one sub-deck position o Stacked MTP compatible (lidded and unlidded)  Allows for vertical stacking of up to 4 SBS plates in one standard deck site position o DWP compatible (lidded and unlidded) o Filtered tip compatible • Compact Footprint - can fit in several commercially available fume hoods • Open Dimensions o Physical Dimensions  Weight: 130 lbs (59 kg)  Length: 37 in. (95 cm)  Width: 20 in. (51 cm)  Height: 23 in. (58.4 cm) o Operating Dimensions  Weight: 135 lbs (61.2 kg)  Length: 51.0 in. (129 cm)  Width: 20 in. (51 cm)  Height: 30.0 in. (76.2 cm) • Enclosed Dimensions o Operating Dimensions  53.5" (135.9 cm) Length  27.9" (70.9 cm) Width  35.0" (88.9 cm) Height (viii) Delivery within 8-10 weeks of award. (ix) Contract Clauses/Provisions FAR 52.252-2 Clauses Incorporated by Reference This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at these addresses: http://www.acquisition.gov/far/ and http://www.hhs.gov/policies/hhsar/. Clause Title FAR 52.212-1 Instructions to Offerors-Commercial Items FAR 52.212-3 Offeror Representations and Certifications FAR 52.212-4 Contract Terms and Conditions - Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items The following FAR Clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.203-13 Contractor Code of Business Ethics and Conduct FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 2.209-9 Updates of Publicly Available Information Regarding Responsibility Matters FAR Clause 52.219-28 Post-Award Small Business Program Rerepresentation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Veterans FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities FAR Clause 52.222-37 Employment Reports on Veterans FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving FAR Clause 52.225-1 Buy American-Supplies FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases FAR Clasue 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.211-6 Brand Name of Equal (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. HHSAR 352.203-70 Anti-Lobbying HHSAR 352.208-70 Printing and Duplication HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations HHSAR 352.224.71 Confidential Information (x) Evaluation Award will be based on the firm that submits the Lowest Price Technically Acceptable (LPTA) quotation. A technically acceptable quote is one which the quoter(s) complies with the salient characteristics and does not taken exception, nor object to any of the terms of the solicitation. Quotes that are not technically acceptable will not be considered. Award will be made on all or none basis. 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 Clause 52.211-6. (xi) 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; maintenance availability; and environmental and energy efficiency considerations. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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." Pricing Information Respondents shall prepare a price quote that contains all information necessary to allow for a comprehensive evaluation of the prices quoted, to include: • The unit price for each product including utilizing any and all discounts • The extended price for requested quantities All responses must be received by 12:00 PM EST on Friday, August 11, 2017 and reference number HHS-NIH-NIDA-SSSA-CSS-17-543. Responses may be submitted electronically to Sneha Singh at sneha.singh@nih.gov. Fax responses will not be accepted. (xii) The name and telephone number of the individual to contact for information regarding the solicitation. Sneha Singh 301.480.2443 sneha.singh@nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-17-543/listing.html)
 
Record
SN04613979-W 20170806/170804232026-80a28c72f6189704ccc7080acd64c626 (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.