Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 13, 2018 FBO #6138
MODIFICATION

66 -- Automated Cell Culture System

Notice Date
9/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
423490 — Other Professional Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, NCATS, National Institute on Drug Abuse, National Center for Advancing Translational Science (NCATS), 6001 Executive Boulevard, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
NIHDA201800514
 
Archive Date
9/27/2018
 
Point of Contact
Jessica Adams, Phone: 3, Jeffrey Schmidt,
 
E-Mail Address
jessica.adams@nih.gov, jeffrey.schmidt@nih.gov
(jessica.adams@nih.gov, jeffrey.schmidt@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Title: Automated Cell Culture System (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 NIHDA201800514 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 expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated June 15, 2018. (iv) The associated NAICS code 423490 and the small business size standard is 500 employees. This is a brand name or equal requirement with no set-aside restrictions. (v) The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) requires one Automated Cell Culture System on a brand name or equal basis. This equipment shall be used to support novel assay development and validation screening. 1. Physical, Functional, and Performance Specifications: Specifically, the NCATS DPI requires the following, or its equal: 1. One (1) Sartorius CompacT SelecT APM 2. Installation of Requirement 1 at the NCATS facility For reference, the system that meets the needs of this requirement must include the following Sartorius Part Numbers, or their equal: ETO-AC-00008 Core Module ETO-AC-00008 Advanced Plating Module ETO-AC-00008 TAP Extended APM Plate Hotel (10 each) ETO-AC-00008 Compact Startup Kit ETO-AC-00008 Processing of Nunc Triple Flasks ETO-AC-00008 Processing of Corning HyperFlasks ETO-AC-00008 Low Volume Reagent Dispensing ETO-AC-00008 Email Alerts ETO-AC-00008 User Defined Flask Types ETO-AC-00008 Maintenance Spares kit N/A System delivery, installation, trainining, operator spares, service and support The Cell Culture System must meet the following requirements, or their equal: 1. The CompacT CellBase must include: Flask incubator 130 T-75 or T-175 Flasks 6-axis Anthropomorphic Robot Arm Cell Counter Pumps for 10 media lines SelPlan scheduling and capacity planning software The Advanced Plating Module must include: Processing area collection pot (600ml) Plate incubator - 140 to 280 plate capacity depending on configuration Plate Bar Code Reader Hotel Bar Code Reader SelFeeder dispenser/aspirator 6, 24, 96, 384 well plate dispensing 24, 96 insert-well plate dispensing 6, 24, 96, 384 well plate media exchange 24, 96 insert-well plate media exchange We require 10 plate hotels-can be a combination of hotel types: TAP Extended APM Plate Hotel, 1x 28-slot hotel for 96/384 well plates TAP Extended APM Plate Hotel, 1x 19-slot hotel for 6/24/insert well plates 2. CompacT Start Up Kit 3. Processing of Nunc Triple Flasks 4. Processing of Corning HYPERFlask 5. Low Volume Reagent Dispensing 6. E-mail Alerts 7. User Defined Flask Types 8. Maintenance Spares Kit The brand name or equal system must meet the following requirements: 1. The system must be capable of culturing multiple cell lines with cell line specific protocols. 2. It must be able to operate unattended, enabling more effective use of valuable resources 3. The system must be able to culture delicate or complex cell lines such as stem cells and primary cells. 4. The system must be capable of maintaining stock cell lines for multiple projects. 5. The system must facilitate the output of cells to an external collection vessel allowing multiple flasks to be to be harvested and pooled without restricting the volume of cell suspension that can be collected 6. The system must be equipped with a cooled reagent storage system (6°C / 43°F) to enable low volume dispensing (100 - 1,000μL) for up to 6 reagents such as growth factors and transfection mixes to flasks 7. The system must have the ability to process Corning HYPERFlasks, providing a 10-fold increase in cell production capability 8. The system must be able to send system updates via email. 9. The system must automatically back up valuable information to remote media 10. The system must allow users to generate custom formatted reports 11. The system must be able to generate assay-ready plates for cell-based screening and assay development. Must be capable of processing 6, 24, 96 and 384-well standard plates and also 24 and 96-well insert plates 12. The system must be equipped with a barcode reader on the plating module to track plates during operation. 13. The system must enable direct imaging of cells in flasks, confluence measurement and enhanced QA of cells. Installation, training and delivery shall be performed by the contractor. Must include operator spares and first year Comprehensive Service and Support contract. Quantity: One (1) (vii) Delivery Date: Nine (9) to twelve (12) months ARO. (viii) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: •Technical Evaluation Factor: Offeror's technical approach will be evaluated for completeness, feasibility, soundness, and practicality for accomplishing the requirements of the Purchase Description. •Delivery/Period of Performance Evaluation Factor: Contractor's ability to meet or exceed the delivery date/period of performance in the Purchase Description. •Cost/Price Evaluation Factor: Offeror(s) cost/price will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques as described in FAR 15.404. Technical and past performance, when combined, are significantly more important than cost or 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. (x) 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. (xi) The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition (xiii) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv) 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." All responses must be received by September 12, 2018, 1:00pm, Eastern Standard Time and reference number NIHDA201800514. Responses may be submitted electronically to Jessica Adams, Contract Specialist at jessica.adams@nih.gov. Fax responses will not be accepted. (xvi) The name and email address of the individual to contact for information regarding the solicitation: Jessica Adams, Contract Specialist at jessica.adams@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/c3981debaa4041047c60165b617bda0b)
 
Place of Performance
Address: National Center for the Advancement of Translational Sciences, 9800 Medical Center Drive, Building C, Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN05083186-W 20180913/180911231016-c3981debaa4041047c60165b617bda0b (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.