SOLICITATION NOTICE
66 -- LIQUID HANDLER - Snyopsis
- Notice Date
- 8/14/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- 1333ND18QNB640330
- Archive Date
- 9/8/2018
- Point of Contact
- Indira Scott, Phone: 3019750420, Wendy Paulo, Phone: 3019753976
- E-Mail Address
-
indira.scott@nist.gov, Wendy.Paulo@nist.gov
(indira.scott@nist.gov, Wendy.Paulo@nist.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis/Solicitation COMBINED SYNOPSIS/SOLICITATION 1333ND18QNB640330 Liquid Handler System This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-97 effective 1/24/2018. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 1,000 employees. This acquisition is being procured as full and open competition. This is a brand name or equal requirement. Brand name or equal description is intended to be descriptive, but not restrictive and is to indicate the quality and characteristic of products that are considered satisfactory to meet the agency's requirement. The Contractor shall provide a liquid handling system, Hamilton Robotics Model NGS Star, or equivalent, including installation, training and warranty. The solicitation also includes three option line items for software programming and training. DELIVERY The system must be delivered within 90 days of the date of award. The items shall be shipped F.O.B. Destination to: The National Institute of Standards and Technology Shipping and Receiving, Building 301 100 Bureau Drive Gaithersburg, MD 20899 FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. PAYMENT SCHEDULE A payment schedule will be negotiated with the successful contractor. The Government prefers that the Contractor be paid in one lump sum payment upon successful completion of delivery, installation, training and demonstration of salient characteristics, however, partial payments may be authorized. Contractors are advised that the Government cannot pay more than 15% of the total amount of the award as a "deposit" and/or prior to receipt and acceptance of the equipment. EVALUATION CRITERIA AND BASIS FOR AWARD The Government intends to award a purchase order, resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, results in the best value to the Government, price and other factors considered. The following will be used to evaluate quotations: a) Technical Capability b) Past Performance c) Price The evaluation factors are listed in order of importance. Technical is more important than the combined past performance and price (which are of equal importance). A. TECHNICAL CAPABILITY Technical capability will be evaluated to determine that the quoted system meets all salient characteristics and meets the needs of the Government in essentially the same manner as the brand name. Stronger consideration shall be given to instruments for which the sequencing library preparation methods (listed in statement of work, Section III-Specification, Line item 001 bullet 1) have been qualified by Illumina to show that the resulting automatically prepared libraries perform comparably to those prepared manually. Stronger consideration shall be given to instruments with a gripper or manipulation tool capable of removing the lid from an SBS plate on the liquid handler deck, holding the lid while the pipetting tool aspirates and/or dispenses liquid to/from the plate, and replacing the lid on the plate, all while keeping the plate and lid inside the envelope of the liquid handler. B. PAST PERFORMANCE Evaluation of Past Performance shall be based on the references provided and/or the contractor's recent and relevant procurement history with NIST, its affiliates, and/or other relevant references. Past performance evaluation shall determine the overall quality of the services and end products provided by the Contractor. Contractors with no relevant past performance shall receive a neutral rating. C. PRICE Price shall be evaluated for all contractors whose quotations are determined technically acceptable. Price will be evaluated to determine that the total price is consistent with the technical portion of the quotation, and is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1) Deliverables: Contractors shall provide pricing for the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award.  LINE ITEM 0001 - BASE LINE ITEM: Quantity One (1) Automated Liquid Handler Instrument, Hamilton Robotics Model NGS Star, or equivalent  LINE ITEM 0002 - BASE LINE ITEM: Quantity One (1) Software for Control of Instrument  LINE ITEM 0003 - BASE LINE ITEM: Quantity One (1) System Delivery and Installation  LINE ITEM 0004 - WARRANTY  LINE ITEM 0005 - BASE LINE ITEM: Quantity One (1) Basic System and Instrument Training  LINE ITEM 0006 - OPTION LINE ITEM: Quantity One (1) Software Programming Training  LINE ITEM 0007 - OPTION LINE ITEM: Quantity One (1) Additional Software Programming Training  LINE ITEM 0008 - OPTION LINE ITEM: Quantity One (1) DNA Extraction Method Programming 2) For evaluation of Technical Acceptability: Documentation that confirms the contractor is capable of providing the equipment specified in the statement of work, i.e. Technical description and/or product literature. Contractors shall include the manufacturer, make and model of the product, manufacturer sales literature or other product literature which CLEARLY DOCUMENTS that the offered product meets or exceeds the salient characteristics stated herein. It is the responsibility of the contractor to ensure that all salient characteristics are clearly documented; If the contractor's technical description/product literature does not clearly address any required salient characteristic, a description of the steps that will be taken by the contractor to meet all required salient characteristics; 3) A description of the warranty and maintenance services that will be provided and confirmation that all services shall be performed in accordance with the solicitation requirements; 4) Past performance information for relevant contracts, over the past three years, with federal, state, or local governments, and/or commercial customers. If the contractor intends to subcontract with another firm(s) for part of this requirement, that firm's past performance information shall also be provided. If the firm has no relevant past performance, it shall include a statement to that effect in its proposal. The Government reserves the right to consider data obtained from sources other than those described by the contractor in their quotation. a. The description of each contract described in this section shall not exceed one-half page in length. For each contract, the contractor shall provide the following information:  Contract number  Description and relevance to solicitation requirements include dollar value  Period of Performance - indicate by month and year the state and completion (or "ongoing") dates for the contract  Reference Contact - If a non-Government contract, identify the name and address of the client with current telephone number and email address of a point of contact of the client responsible for the contract  Contracting Office - If a Government contract (Federal or state), identify the Procuring Contracting Officer (PCO), administrative Contracting Officer (ACO), and Contracting Officer's Representative (COR), and their names, current telephone numbers and email addresses.  Problems Encountered - include information regarding any problems encountered on the contracts described above and corrective actions taken to resolve those problems. 5) Contractors must have an active registration at the System for Award Management (SAM) (www.SAM.gov) to receive an award. Contractors shall provide an active DUNS # for SAM registration. 6) Contractors shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation; The Contractor's business size in accordance with the NAICS code and size standard identified herein; The country of origin for the quoted equipment. 7) This Combined Synopsis/Solicitation, includes the terms and conditions that are set forth herein (see Applicable Clauses & Provisions). If the contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS All quotations must be submitted via e-mail to Indira Scott, Contract Specialist at Indira.Scott@nist.gov. Submission must be received not later than 3:00 p.m. Eastern Time on Friday, 24 August 2018. A quotation shall be considered received when it is received in the electronic inbox of Heather Bauer not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Indira.Scott@nist.gov by 11:00 a.m. Eastern Time on Tuesday, 21 August 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. The full text of a CAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or http://www.osec.doc.gov/oam/acquistion_management/policy/. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Clauses & Provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/1333ND18QNB640330/listing.html)
- Place of Performance
- Address: The National Institute of Standards and Technology, 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN05037126-W 20180816/180814231709-8c7e722e868ad7b6f3a83e9cdbb32509 (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 |