SOLICITATION NOTICE
66 -- Cell Sorter for the NIH Stem Cell Characterization Facility - Purchase Description and FAR Provisions
- Notice Date
- 9/11/2018
- 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
- HHS-NIH-NINDS-CSS-18-4982962
- Archive Date
- 10/3/2018
- Point of Contact
- Danny Cohn, Phone: 3014027111
- E-Mail Address
-
danny.cohn@nih.gov
(danny.cohn@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- FAR 52.212-5 Contract Terms and Conditions FAR 52.212-4 Contract Terms and Conditions FAR 52.212-1 Instructions to Offerors (Commercial) Purchase Description 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. The solicitation number is HHS-NIH-NINDS-CSS-18-4982962 and the solicitation is issued as an request for quote (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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-99, dated 06-15-2018. The associated NAICS code 334516, "Analytical Laboratory Instrument Manufacturing" and the small business size standard 1000 employees. This requirement is full and open with no set-aside restrictions. Contract Type: A firm-fixed price type contract is contemplated for this requirement. Background Information and Objective: The NIH Stem Cell Unit (SCU) was established to characterize human pluripotent stem cells and currently provide collaborative services to researchers. As part of such collaborations, we routinely create gene edited cells expressing a fluorescent reporter signal under the control of various gene promoters. It is imperative to isolate the positive (fluorescent) cells from the negative ones to generate useful lines of reporter cells. Statement of Need and Purpose: The purpose of this acquisition is to procure a Cell Sorter to allow recovery of viable cells after single cell sorting based on expressed transgenic fluorescence. Salient Characteristics: The contractor shall be able to provide the following brand name (Nanocellect Wolf Cell Sorter) or equal cell sorter with the following minimum specifications: • Must be a compact, benchtop solution for cell sorting which can fit in a laminar flow hood. • Must have a low-pressure system that does not produce aerosols and does not require a biosafety containment system. • Must use large, 50 x 75 micron sorting channels and low-pressure (1.45 ATM) system which increases viability over droplet-based sorters. • The entire fluid path must be supplied sterilized with ethylene oxide for sterility. • The entire sample and sheath fluid paths must be disposable, eliminating the need to perform decontamination. • Must have two sorting paths for true two-way sorting. • Must have the ability to dispense cells in a known volume. Please see the attached Purchase Description for more details. Other Applicable Provisions and Instructions: The provision at FAR clause 52.211-6, Brand Name or Equal (Aug 1999), applies to this acquisition. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition and is attached. The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a fixed price contract resulting from this solicitation to the lowest price technically acceptable (LPTA) offer. To be technically acceptable, the offer must satisfy the requirements outlined in the Salient Characteristics of the attached Purchase Description including quantity, delivery and warranty requirements. (b) 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. 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. The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition and is attached. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 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." There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. All responses must be received by 11 A.M. EST on September 18, 2018 and reference number HHS-NIH-NINDS-CSS-18-4982962. Responses may be submitted electronically to danny.cohn@nih.gov. Fax responses will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NINDS-CSS-18-4982962/listing.html)
- Place of Performance
- Address: NIH, Attn: Dr. Kyeyoon Park, 10 Center Drive, Rm 3B12, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN05084192-W 20180913/180911231431-838e51a52e1228abd00e0f0628a4ec2f (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 |