SOLICITATION NOTICE
66 -- Dako Artisan Link Pro Special Staining System.
- Notice Date
- 8/22/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC85031-45
- Archive Date
- 9/13/2018
- Point of Contact
- Miguel Diaz, Phone: 2402765439
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Contracting Office Address Department of Health and Human Services, National Institutes of Health (NIH), National Cancer Institute (NCI), Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD 20892, UNITED STATES. (Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850) The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Pathology's (LP) Molecular Diagnostics Section seeks to procure a Brand Name or Equal Dako Artisan Link Pro Special Staining System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with 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: No. N02RC85031-45 includes all applicable provisions and clauses in effect through FAR FAC 2005-98 (May 2018) 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 contract. BACKGROUND For the past 10 years, the Laboratory of Pathology, NCI, CCR used the Dako Artisan Classic to perform special stains that assist diagnosing numerous pathological conditions. However, as of August 9th, 2017, the laboratory was forced to stop using the Dako Artisan Classic because the instrument was past its life cycle. Currently, to assist pathologist in diagnosing patient tissue, approximately 70% of the stains performed in the Histopathology laboratory are performed manually and 30%of the stains are performed on the Ventana Benchmark instrument manufactured by Roche. Manual stains provide inconsistent results due to human error and the Ventana Benchmark special stainer is inconsistent and inadequate for the majority of the special stains run in the laboratory. The Ventana Benchmark special stains provides below average results for NCI's requirement because the instrument locks the slides into a staining solution in four (4) minute intervals: four (4), eight (8), twelve (12), and sixteen (16). The major flaw with this methodology for NCI's requirement is that the special stains performed in the Histopathology laboratory require stain times to be optimized down to the minute to ensure accurate staining of intracellular tissue. The Dako Artisan Link Pro by Agilent Technology is the only known single slide staining platform to offer optimization down to the minute and second. PRODUCT FEATURES/SALIENT CHARACTERISTICS This instrument shall consist of a slide processor, a computer system with DakoLink workflow compatibility or equivalent system and a printer with equivalent characteristics listed below. Multiple system network connection to one touch screen computer is required. The system shall operate either in single or in a networked configuration system using a LAN system with DakoLink software or an equivalent Laboratory Information System (LIS); providing 24/7 access to the stainer processing status. Slide Capacity:Minimum of 45 slides Reagent Capacity: Minimum of 50 count test packs Bulk Fluid Capacity: Minimum of six liters in individual containers Reagent Waste Separation: Minimum of four liters and eight liters in individual containers Deionized Water Container: Minimum of 10 liters carboy Individual Slide Temperature Control: Ambient to 65 °C Environmental Operation: 15-35 °C at 15-75% relative humidity Storage: 5-50 °C at 15-95% relative humidity (non-condensing) Component Requirements Computer: All-in-one, medical grade touch screen computer, 2.2 GHz Intel® Core TM 2 Duo or equivalent Monitor: Minimum of 17" flat-panel LCD or equivalent Printer: HP Deskjet® or equivalent Connections and Cables: Two Ethernet cables, AC line cord All shipping costs must be included in the quote. NCI will not be responsible for shipping costs after an award is made if costs were not included in the quote. The instrument will be delivered to 10 Center Drive, Bethesda, MD 20892. DELIVERY / INSTALLATION The Contractor shall deliver the Dako Artisan Link Pro or equivalent instrument 60 days after the Purchas Order is awarded. The contractor shall ensure each part of the instrument is delivered in working condition within seven (7) working days of the instrument being delivered. The award will be provided with the complete mailing address and NCI Technical Point of Contact. Upon award, the Contractor must notify the NCI Technical Point of Contact to schedule the delivery. TRAINING The contractor shall provide five (5) consecutive eight hour (8 hr.) working days of training to validate and optimize the quality of each special stain that will be used on the instrument. PAYMENT Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. BASIS OF AWARD The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES 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 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. Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6. 52.212-1 Instructions to Offerors Commercial Items (January 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (March 2015) WITH DUNS NUMBER ADDENDUM {52.204-6 (January 2017)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (January 2017); FAR Clause 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (March 2015). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition; FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6 Notice of Total Small Business Set Aside (Nov 2011) FAR Clause 52.219-13, Notice of Set-Aside of Orders (Nov 2011) FAR Clause 52.219-28 Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3 Convict Labor (June 2003) FAR Clause 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Oct 2016) FAR Clause 52.222-21 Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26 Equal Opportunity (Sept 2016) FAR Clause 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-50 Combating Trafficking in Persons (Mar 2015) FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) FAR Clause 52.225-1, Buy American - Supplies (May 2014) Alternate I (May 2014) FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Awards Management (SAM) (Jul 2013) 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/ or from Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. OFFERORS: Offers 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 the valid SAM registration through www.sam.gov. Quotations must be received in the NCI-OA contracting office by 3:00 PM EST on August 29, 2018. Please refer to solicitation number N02RC85031-45 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to Miguel Diaz, Contracting Officer, at miguel.diaz@nih.gov. No collect calls will be accepted. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through SAM.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC85031-45/listing.html)
- Record
- SN05049964-W 20180824/180822230939-4cfc07b8bd509e4265a47fd2bde6348b (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 |