SOLICITATION NOTICE
66 -- Namocell Hana Single-Cell Dispenser, or brand-name equal, with installation, training, and annual service agreement
- Notice Date
- 3/6/2020 6:02:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95020Q00050
- Response Due
- 3/17/2020 5:59:00 AM
- Archive Date
- 04/01/2020
- Point of Contact
- Kimberly Espinosa, Phone: 301-827-3546
- E-Mail Address
-
kimberly.espinosa@nih.gov
(kimberly.espinosa@nih.gov)
- 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; quotations are being requested and a written solicitation will not be issued. (ii) The solicitation number is 75N95020Q00050 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13�Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-04, dated January 15, 2020. (iv) The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement has no set aside restrictions. Description (v) The National Center for Advancing Translational Sciences (NCATS) at the National Institues of Health (NIH) seeks to purchase one (1) Namocell Hana Single-Cell Dispenser, or brand-name equal, with installation, training, and annual service. The Namocell Hana Single-Cell Dispenser uses microfliudics technology to sort and dispense single cells directly into 96-well or 384-well plates. It empowers a number of single cell applications, including cell line development, single cell genomics, monoclonal antibody development, CRISPR selection, synthetic biology, circulating tumor cells (CTCs) isolcation and circulating fetal cells isolation. The requirement includes the following brand-name or equal items: Line Item� � � � Description� � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Quantity � � � � 1� � � � � � � � �Hana Single Cell Dispenser� � � � � � � � � � � � � � � � � � � �1 � � � � 2� � � � � � � � �On-site Installation and training� � � � � � � � � � � � � � �1 � � � � 3� � � � � � � � �Annual Service Contract - Base Period� � � � � � � � �1 � � � � 4� � � � � � � � �Annual Service Contract - Option Period�1� � � � �1 � � � � 5� � � � � � � � �Annual Service Contract�- Option Period 2� � � � �1 The salient characteristics of the brand-name or equal dispenser include: 1. Ability to gently single-cell sort cells into microwell plates with an efficiency greater than 80% 2. Disposable cell printing microfluidic cartridges to reduce contamination and generate micro-liter�droplets that encapsulate cells 3. Ability to sort up to 300,000 cells per second 4. Low pressure of <2psi 5. Short initialization time of <2min 6. 2-3 channel-based sorting and clog-free 7. Easily portable 8. Compatible with SBS or SLAS standard cell culture well plates (96- and 384-well format) One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Offerors must submit offers in the English language and in U.S. dollars. (vi) Delivery is to occur, on the earliest possible date, to the below address with FOB Destination: National Center for Advancing Translational Sciences 9800 Medical Center Drive Rockville, MD 20850 Evaluation and Award (vii) The Government plans to award a contract resulting from this solicitation. The resulting award will be made to the responsible offeror whose offer will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: Technical Capability, Past Performance, and Price. Comparative evaluations will be conducted if multiple quotations are received. 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). (viii) The anticipated award date is March 19, 2020. (ix) Total total contract term is antipcated to be no more than 40 months, including all options. This includes a base term of 16 months and two, 12-month option terms. Vendor and Submission Requirements (x) Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. (xi) Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the required items and performing the required service. Responses must also include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. Additionally, the response must include the completed offeror representation in FAR Provision 52.204-24 (attached) unless this representation is made in the vendor�s SAM registration. (xii) The price quote must include, as applicable: total price, unit price, list price, shipping and handling costs, delivery days after contract award, prompt payment discount terms, product or catalog number(s), product description, warranty coverage, 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, maintenance availability, and environmental and energy efficiency considerations. (xiii) All responses must be received by 8:59am Eastern Time on Tuesday, March 17, 2020 and reference solicitation number 75N95020Q00050. Responses must be submitted via email to Kimberly Espinosa, Contracting Officer, at kimberly.espinosa@nih.gov. (xiv) For information regarding the solicitation, contact Kimberly Espinosa, Contracting Officer, at 301-827-3546 or kimberly.espinosa@nih.gov. (xv) All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. Provisions and Clauses (xvi) The clause at FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000). (a) The Government may extend the term of this contract by written notice to the Contractor at least 15 days before the contract expires, provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 40 months. (xvii) The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). 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 this/these address(es): www.acquisition.gov. The following provisions apply to this acquisition and are incorporated by reference: � The provision at FAR 52.204-7, System for Award Management (Oct 2018) � The provision at FAR 52.204-16, Commercial and Government Entity Code Reporting (Jul 2016) � The provision at FAR 52.211-6, Brand Name or Equal (Aug 1999) � The provision at FAR 52.212-1, Instructions to Offerors � Commercial Items (Oct 2018) � The provision at 52.212-3, Offeror Representations and Certifications�Commercial Items (Dec 2019) (xviii) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). 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 this/these address(es): www.acquisition.gov. In addition to the clauses checked in FAR 52.212-5 (attached), the following clauses also apply to this acquisition and are incorporated by reference: � The clause at FAR 52.204-13, System for Award Management Maintenance (Oct 2018) � The clause at FAR 52.204-18, Commercial and Government Entity Code Maintenance (Jul 2016) � The clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) � The clause at HHSAR 352.222-70, Contractor Cooperation in Equal Employement Opportunity Investigations (December 18, 2015) (xix) The following provisions and clauses apply to this acquisition and are attached in full text: � The provision at FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) � Addendum to the clause at FAR 52.212-4, Contract Terms and Conditions � Commercial Items (Oct 2018) � The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Jan 2020) � NIH Invoice and Payment Provisions (2/2014) (xx) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xxi) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/844aaa503be14c06bbb72079c9e50d06/view)
- Record
- SN05582214-F 20200308/200307085920 (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 |