Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
MODIFICATION

66 -- Dynamic and Static Light Scattering Automated High-Throughput unit

Notice Date
2/5/2020 8:51:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N95020Q00029
 
Response Due
2/11/2020 9:00:00 AM
 
Archive Date
02/26/2020
 
Point of Contact
Hunter Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(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 75N95020Q00029�and the solicitation is issued as a Request for Quotation (RFQ) on a competitive basis, set aside to small businesses under the applicable NAICS. 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. This acquisition is NOT 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: 2020-04 / 01-15-2020. (iv) �� �The North American Industry Classification System (NAICS) code for this procurement is 334516-Analytical Laboratory Instrument Manufacturing with a size standard 1000 employees. A total set-aside restriction to small businesses is applicable.� (v)�� �The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability. �The National Center for Advancing Translational Sciences (NCATS) is a translational science center whose mission is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions.� NCATS has determined that although antibody-drug conjugates (ADCs) have been widely used as anti-cancer drugs, there is no high-throughput ADC synthesis, characterization, and evaluation platform in which novel ADCs can be assembled and evaluated in a timely and cost efficient and effective manner to facilitate exploration of their application in novel indications in both oncology and non-oncology fields. Uncontrolled aggregation of ADCs can lead to a loss of their biological activities. Thus, monitoring stability of ADC in a high-throughput manner is essential. To date, Dynamic Light Scattering (DLS) has been one of the most effective techniques for submicron size analysis of proteins (such as antibodies) and their aggregates. High-throughput dynamic light scattering (DLS) with automated well-plate sampling with software enables the rapid and reliable characterization of ADCs.� This requirement will provide dynamic light scattering (DLS) and static light scattering (SLS) measurements simultaneously, with as little as 4 �L of sample in a 1536-well plate and as much as 150 �L in a 96-well plate. This technique is quite new to the field and will expand the current capabilities in size analysis of submicron particles (such as antibodies and ADCs) at NCATS.� (vi)�� �The purpose of this requirement is to obtain one (1) Dynamic and Static Light Scattering High-Throughput unit on a Brand-Name-or-Equal basis to the DynaPro Plate Reader III as described and identified herein manufactured by Wyatt Technology Corporation, located at 6330 Hollister Ave., Goleta, CA 93117-3115, United States. The DynaPro Plate Reader III will provide NCATS scientists the ability to perform the measurements expected with acceptable accuracy, precision and repeatability. The DynaPro Plate Reader III is designed for use with a wide range of 96-, 384- and 1536-well industry-standard, disposable plates, and is a member of the fourth generation of dynamic light scattering (DLS) plate readers developed by this vendor. The instrument uniquely combines advanced technical features meeting current NCATS data acquisition and analysis software needs. Specifically, this requirement shall provide, on a brand name or equal basis, the following manufacturer item number, item name and quantity: WPR3; DynaPro Plate Reader III; 1 CK3000; DYNAMICS� 7 Software; 1 Y-TECHSUPP; Technical Support; 1 Y-LSUDA; 2-day Training Dyna-LSU; 1 Y-INSTALL1; 1-Day Installation; 1 Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government�s needs. Specifically, the following features are deemed the salient characteristics that this requirement shall achieve: 1) The DLS instrument must perform measurements in situ in standard, commonly available and inexpensive 96-, 384- and 1536-well plates. It must be capable of completing a measurement of all wells in a 384-well plate in less than 90 minutes with acceptable accuracy and precision.� 2) The measurements of multiple wells in the plate, and up to all the wells in a plate, must be performed in a fully automated manner after loading the plate into the instrument. �� � 3) The measurements must take place directly in the well plate with no further liquid handling besides loading the samples into the plate. In particular, the sample should not be extracted from the plate for measurement. 4) The instrument must provide dynamic light scattering (DLS) and static light scattering (SLS) measurements simultaneously. 5) The range of measurement of hydrodynamic radius by DLS must cover 0.2 � 1000 nm.� 6) The range of measurement of molar mass by SLS must cover 1000 � 1,000,000 g/mol.� 7) The sensitivity of the DLS measurement must support quantifying the hydrodynamic radius of a purified solution of lysozyme at concentrations down to 0.125 mg/mL, with an accuracy of 5% and precision of 2%.� 8) The sensitivity of the SLS measurement must support quantifying the molar mass of a purified solution of bovine serum albumin at concentrations down to 1 mg/mL, with an accuracy of 5% and precision of 2%.� 9) The instrument must be capable of measuring as little as 4 �L of sample is a 1536-wellplate and as much as 150 �L in a 96-well plate utilizing an optical system with a 40 �m beam waist. 10) The instrument must provide temperature control from at least 4�C to 85�C with well-to-well uniformity of better than 1% utilizing Peltier elements with extensive thermal management. 11) The instrument must provide a means of imaging each well in order assess adverse phenomena such as precipitation, bubble formation or high turbidity utilizing a 3Mpixel onboard camera which can be programmed to acquire a photograph of the bottom of the well with each DLS measurement. 12) The instrument must utilize a near-infrared laser with wavelength longer than 820 nm in order to avoid exciting fluorescence which can overwhelm the DLS detector utilizing a laser with wavelength of 830 nm. 13) Validated through citation in peer-reviewed publications.� 14) The instrument must have an onboard computer with a touch screen display to allow one to visualize rapidly any of the detector outputs including all count rate, autocorrelation function, etc. as well as critical status indicators such as temperature or well position allowing confirmation the system is operating properly and to diagnose problems. 15) The instrument must be capable of user-installed upgrades with new firmware releases.� 16) The instrument must allow the user to reduce its laser intensity by 1% - 90%, either from the front panel display or from the control software. It must also be capable further attenuating the light intensity reaching the detector, automatically, by at least four orders of magnitude. These capabilities eliminate detector saturation due to very high concentrations of very large macromolecules or nanoparticles and protect the detector from exposure to damaging light levels. 17) Onsite training, installation and warranty in accordance with standard manufacturer commercial item warranty practice. Offerors submitting a quotation must: 1) clearly indicate if the line item or items being offered in their quote is a brand-name item to the brand name item described in this solicitation, or if the item or items being offered is an �or-equal� item; 2) include Shipping and handling cost in the quotation as a separate line item, or specify if it is included in the total price; 3) indicate an estimated delivery time in full after receipt of an order; 4) indicate if items being quoted are warrantied in accordance with Offeror�s standard commercial warranty practices, and/or whether software support is included and the length of time of such warranty/support subscription. (vii)�� �The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated DELIVERY DATE after receipt of order (ARO) shall be specified in the offeror�s quote and will be determined prior to any award. Delivery will be FOB - DESTINATION. The place of delivery and acceptance will be 9800 Medical Center Drive, Rockville, MD 20850. (viii)�� �The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses: �https://www.acquisition.gov/browse/index/far � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� (End of provision) The following provisions apply to this acquisition and are incorporated by reference: � FAR 52.204-7, System for Award Management (Oct 2018) � FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) � FAR 52.211-6, Brand Name or Equal (Aug 1999) � FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018) � FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) � HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at these addresses: https://www.acquisition.gov/browse/index/far � � https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: � FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) � FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2018) � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) � FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2019) The provisions of FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (May 2019) is applicable to this solicitation: 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011) 52.219-13 Notice of Set-Aside of Orders (Nov 2011) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor-Cooperation With Authorities and Remedies (Jan 2018) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers with Disabilities (Jul 2014) 52.222-50 Combating Trafficking in Persons (Jan 2019) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct 2018) The following provisions and clauses apply to this acquisition and are incorporated as an attachment: � NIH Invoice and Payment Provisions (2/2014) (ix)�� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and� c. Past performance [see FAR 13.106-2(b)(3)]. 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; price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. 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 clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.� (xii)�� �The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is incorporated in full text. (xiii)�� �The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. 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.� 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 and the offeror representation in FAR Provision 52.204-24, which is attached, MUST be completed and submitted with any quotation or response to this RFQ. (xvi)�� �All responses must be received no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference the subject solicitation number. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/026f6b28539a4178a16171d22cced791/view)
 
Record
SN05552353-F 20200207/200205230142 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.