Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOLICITATION NOTICE

66 -- Synthesis Reactor with mobile reactor suite and high-performance chiller - Attachments

Notice Date
8/21/2018
 
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
NIHDA201800442
 
Archive Date
9/12/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Invoice provisions 52.212-5 (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 NIHDA201800442 and the solicitation is issued as a competitive Request for Quotation (RFQ) released on a total Small Business set-aside basis. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold of $250,000.00. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2005-99-1 July 16, 2018. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1,000 employees. (v) Background The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division: Plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; Supports training programs relevant to pre-clinical phases of translational science; Allocates DPI resources to pre-clinical extramural and intramural investigators; Collaborates with other NIH Institutes and Centers and the scientists they support; Consults with stakeholders, including patients, industry and regulators. The DPI requires a Synthesis Reactor with mobile reactor suite and high-performance chiller to support novel assay development and validation screening by completing the synthesis of target small molecules. The reactor module is required to run eight (8) completely independent reactions at a reactions scale typical for support of complex multi-step syntheses. The independent control of each reactor well will provide both reaction optimization and diverse reaction execution typical of medicinal chemistry benches and be further facilitated through programmable automation routines. The programming of reaction recipes shall provide that reactions can be more precisely started and stopped, reagents can be more accurately dosed, and overall conditions more precisely reproduced across the eight reactions at once. DPI labs are in need of a complex All-in-One Reactor with High Performance Chiller in order to improve the synthesis of small molecules targeted for biological screening. This instrument will improve overall synthesis throughput, improve output quality and expand the breadth of synthetic targets. More precise and reproducible results are expected to be produced by integrating additional machine control that can be programmed and remotely monitored. In addition, walk-away time afforded by automating protocols will allow chemists to focus on more complex intellectual pursuits associated with the research. The required instrument is precisely poised to support particularly-demanding reaction protocols containing rigorously inert conditions, both high and low temp control, strong mixing, reaction monitoring and temporal reagent delivery. Purpose and Objective: The purpose of this requirement is to obtain a Synthesis Reactor with mobile reactor suite and high-performance chiller in accordance with the specifications described in this notice, on a Brand-Name-Or-Equal basis, to the Indigo Synthesis Reactor with a mobile reactor suite, manufactured by Tek-Matic, Inc., located at 7316 N. Alpine Road, Loves Park, IL 61111, or equal, and the salient characteristics needing to be achieved identified herein. This requirement will achieve obtaining one (1) INDIGO MOBILE REACTION CART, or its equal, containing an All-in-One Synthesis Reactor that combines with independent temperature control, high-performance chiller, mobile reactor cart, virtual chemist software, onsite maintenance, operator training and quarterly preventive maintenance visits with standard commercial warranty. Product Description: Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government's needs. Specifically, the Synthesis Reactor with mobile reactor suite and high-performance chiller will include an integration of multiple functions and devices into a single system that must be able to achieve the following functions and are considered the Salient Characteristics for this requirement: 1. Provide reduced vial transfers between equipment; 2. Perform multiple functions simultaneously (heating, reflux, stirring, N2 pressurization); 3. Provide significant reduction in bench space, footprint, and complexity, possessing the ability to: a. Run up to 8 pre-programmed reaction cycles with unique parameters simultaneously; perform remote monitoring and control of all parameters, via standard communications interface; b. Run temperature-controlled reactions with set-points from -40°C to 150°C; c. Run sealed and heated reactions with reflux, for zero-loss boiling reactions; d. Possess automatic vacuum evacuation and nitrogen purge of reaction vessel; e. Possess automatic sanitization of reactor lid between reaction cycles to prevent contamination; f. Add reagents to any individual vial, at any time during a reaction cycle; 4. Thoroughly mix reagents with magnetic bar stirring using standard bars from 200 rpm to 1500 rpm; 5. Remove any individual vial, at any time during a reaction cycle; 6. Possess tool-less removal of reaction chamber liner, for containment and cleanup of explosive reactions; 7. Provide standardization of chemistries from discovery to production with industry standard vials (two MRV sizes (2-5mL and 10-20mL) must be accommodated using removable MRV adapters); 8. Retain independent heating/cooling/reflux control (per lane); 9. Retain independent pressurization/vacuum control; 10. Defrost: The full range (heating and cooling) capability means that if a reaction is set to or reaches a temperature that would induce frost, make sure that the vial is safe for handling and defrosted before a chemist could interact with it. 11. Condensation Purge: A nitrogen (or other inert gas) purge of the vial, as well as a purge of the input pressure, vacuum line, and reflux block (the last of which is to eliminate condensation). Must also purge the options box mostly as a safety precaution against acetone fumes. 12. Waste Lift Pump: If the device is in a lab that has a waste system, this option would allow us to pump the waste from the reactor into their system. This would be necessary if their waste system inlet is above the height of the reactor. 13. Possess full-range chemical compatibility: Anything that reactants would touch (vial & seals) are designed to handle contact with typical reactive or dangerous material (acids, bases, flammable/explosive material, etc.). Our current wetted materials are the Biotage MRVs, EPDM, PTFE, and Ultem 1000 or other materials as specified by the government. 14. Possess API structure for Automation Communication; 15. Possess Automated Recipe Handling and a safety system. 16. Covered by the manufacturers basic warranty in accordance with standard commercial warranty practice, including inside delivery after receipt of an order and installation and training. This requirement includes obtaining one Synthesis Reactor and accessories on a Brand-Name or Equal basis to the All-in-one Reactor w/Independent Temperature Control & High-Performance Chiller, manufactured by Tek-Matic, Inc, located at 7316 N. Alpine Road, Loves Park, IL 61111, or equal, to the product specifications listed with the following Product Identification: All-in-one Reactor with independent temperature control and high-performance chiller containing a Mobile Reactor Cart, Virtual Chemist GUI Software, Two weeks of Onsite maintenance and operator training and Quarterly scheduled preventative maintenance visits; One (1) Package of Individual MRV Adapters; (Includes 32 individual units); One (1) Package of Individual Replacement Seal Modules (Includes 128 individual units); Vacuum & Waste Pump Out Unit; High Pressure Supply System; Acetone Cabinet System. Delivery, Inspection and Acceptance: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facility located at 9800 Medical Center Drive, Rockville, MD 20850. The Government expected build time and delivery is 12 weeks after contractor receipt of any contract resulting from this solicitation. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and any onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Offerors must indicate if the subject supply is warrantied in accordance with the Offeror's standard commercial warranty practices and if any applicable extended warranty coverage is only offered at time of purchase in accordance with the Offeror's standard commercial practice, and the length of time of such warranty. Offerors must indicate on their quote if the supply offered is of an equal type or is brand-name. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must include FIXED-PRICES per unit and total fixed cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential salient characteristic features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving the SALIENT CHARACTERISTICS identified in this requirement will be determined to be technically acceptable. Respondents that believe that they are manufacturers or authorized resellers of any 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. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions incorporated by reference: (a) 52.211-6 Brand Name or Equal (Aug 1999). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. See attached for the appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors may submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject unit of supply. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number NIHDA201800442. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, you may contact Mr. Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800442/listing.html)
 
Record
SN05048292-W 20180823/180821231359-03a153cf4870e37b5ee58c7c70b867e1 (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.