Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 11, 2020 SAM #6708
SOLICITATION NOTICE

66 -- COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS Quantity of one (1) Automated Liquid Handling Robotics Platform

Notice Date
4/9/2020 12:50:04 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
W6QK ACC-APG ADELPHI ADELPHI MD 20783-1197 USA
 
ZIP Code
20783-1197
 
Solicitation Number
W911QX20R0016
 
Response Due
4/16/2020 8:59:00 AM
 
Archive Date
05/01/2020
 
Point of Contact
Douglas Dennard, Phone: 3013943371, Joseph M. Dellinger, Phone: 5756785450
 
E-Mail Address
douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil
(douglas.c.dennard.civ@mail.mil, joseph.m.dellinger2.civ@mail.mil)
 
Description
COMBO SYNOPSIS SOLICITATION FOR COMMERCIAL ITEMS 1.� Class Code: 66 2.� NAICS Code:� 334516 3.� Subject: Quantity of one (1) Automated Liquid Handling Robotics Platform 4.� Solicitation Number: W911QX20R0016 5.� Set-Aside Code: N/A 6.� Response Date: 16 April 2020 � 7.� Place of Delivery/Performance:� U.S. Army Research Laboratory (ARL) South ������������������������������ �������������������� ���� 2506 Speedway ������������������������������ �������������������� ���� Austin, TX ���� 78710 USA ������������������������������ 8.� �������������������� (i)� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 W911QX20R0016.� This acquisition is issued as a Request for Quotation (RFQ). �������������������� (iii)� The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05. �������������������� (iv) The associated NAICS code is 334516.� The small business size standard is 1,000 employees.� �������������������� (v)�� The following is a list of contract line item number(s) and items, quantities and units of measure, (including option(s), if applicable):� CLIN 0001 FFP One (1) EACH Liquid Handling Robotics Platform �������������������� (vi) �Description of requirements: The Contractor shall supply one (1) Liquid Handling robotics Platform. C.1 Objective In an effort to conduct research for high through put biological engineering and testing, the Sensors and Electron Devices Directorate (SEDD) within the Army Research Laboratory (ARL) requires a quantity of one (1) Liquid Handling Robotics Platform.� The Contractor shall provide the aforementioned Liquid Handling Robotics Platform in accordance with section C.2.� C.2 Requirements C.2.1 The Contractor shall deliver a quantity of one (1) Liquid Handling Robotics Platform within the lead time of 12 � 14 weeks After Receipt of Order (ARO).� The delivery location is ARL South, Austin, TX 78710.� General Liquid Handling Robotics Platform The system shall be able to accommodate up to six (6) plates in the bench top depth of the instrument. System shall be teach free for standard microplate modules System shall offer one touch easy teaching for third party devices The system shall offer a tailored and customizable run time environment separate from the setup software The system shall have an integrated controlled e.g. touch screen for daily operation/operation without keyboard. The system shall be able to utilize up to three (3) independent arms for greater throughput through multitasking. Capable of upgrading or exchanging the robotic system arms without removing the system from site location within ARL South. Operator shall be able to stop the operation of the instrument by opening the front shield. 384 and 96 Multi-Channel Arm The system shall include a pipetting arm that is able to work in both the 96 and the 384 format without the need of a manual intervention & maintaining the optimal liquid handling performance over the range The 384 multi-channel arm shall be able to pick up various different arrays of disposable tips, to include but not limited to 8, 12, 16, 24, 96 or 384 tips and be capable of exchanging them automatically during a run. The multi-channel arm in 96 format shall have a volume range of 250 nanoliters (nl) � 500 microliters (�L) 8 Channel Liquid Handling Arm System shall be able to transfer volumes down to 200 nl. Each tip shall be able to dispense a different volume at the same time. Each pipetting channel shall be able to individually access samples, one (1) at a time. The disposable tip system shall be able to offer nested tips for increased capacity and to dispose of the nesting wafers without use of a gripper arm. High pipetting security shall be available through sensitive and adaptive liquid level detection. The system must recognize no liquid, not enough liquid, incorrect aspiration with a single liquid level detection and aspiration supervision event generating dual and confirmatory signals. System shall include an eight (8)-tip liquid handling arm with variable distance between tips from 9 to 38 milliliters (ml).� Each tip shall be independently controlled and be used individually to access samples, one (1) at a time. Pipetting arm internal channels shall be protected by an in-line filter. Pipetting technology shall include; Capacitive Liquid Level Detection (cLLD) for use with conductive liquids Adaptive Signal Technology (AST) The instrument shall utilize disposable tips.� All tip sizes shall utilize the same disposable tip adapter.� Disposable tips are available in 10, 50, 200 and 1000 �L sizes. Instrument shall have a pipetting range from 0.5 �L to 1000 �L.�� All liquid handling parameters, such as air gap sizes, aspiration and dispense speeds and mixing shall be accessible to the operator and shall be accessible for change. Robotic Manipulating Arm The system shall be able to contain a gripper that has the ability to reach beneath the worktable of the workstation to access peripherals. The Robotic gripper shall have access to each edge (sides, front and rear) of the system to allow optimal device integration and minimize occupation of the liquid handling area. Gripper head shall be able to exchange finger types automatically, on-the-fly to optimize eccentric, vertical grip and tube handling. Software The system shall provide a dedicated operator interface for daily running of the system. The system shall provide all applicable embedded usage guides, Standard Operating Procedures (SOPs), photos or videos showing how the system is operated Editing of the software protocol shall be able to be navigated from a single program interface. System software shall be equipped with an instrument simulator that can be installed on multiple separate Personal Computers (PC) in order to program entire functional methods at a remote location while the actual instrument is running. The virtual simulator shall visually reproduce instrument movements and respond with the same return commands as the actual instrument. Accessories, Storage and Miscellaneous The system shall be able to accommodate single tube-racks for microfuge tubes in an arrangement of 1x32 tubes. Instrument shall have an open-deck arrangement where individual labware carriers are removable. Instrument shall provide carrier mounting to a lower surface below the primary worktable surface to form a �lower deck�. The system shall have a front-mounted touchscreen where a Graphical User Interface may be used to run the method.� This front-mounted touchscreen shall be separate from the monitor used with the instrument control computer. The system shall enable customized Graphical User Interfaces for showing run setup, inputting settings such as sample count, volume, number of plates, etc. into the script, as well as enable selection of worklist files from a Windows directory. �������������������� (vii) Delivery is required by 14 weeks after receipt of order (ARO).� Delivery shall be made to the U.S. ARL,UT Austin, Austin, TX 78710.� Acceptance shall be performed at U.S. ARL,UT Austin, Austin, TX 78710.� �The FOB point is U.S. ARL,UT Austin, Austin, TX 78710.� �������������������� (viii) The provision at 52.212-1, Instructions to Offerors � Commercial DEVIATION 2018-O0018, applies to this acquisition.� The following addenda have been attached to this provision: None.� �������������������� (ix)� The provision at FAR 52.212-2, Evaluation - Commercial Items is applicable to this acquisition.� The specific evaluation criteria to be included in paragraph (a) of that provision are as follows:� The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation and has the lowest evaluated price of all offers meeting or exceeding the acceptability standards for non-cost factors. The technical acceptability element of the evaluation will be a determination as to whether the proposed product meets the performance characteristics and specifications in the solicitation. The Technical element of the evaluation shall be based solely on information furnished by the vendor. The Government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material (such as cuts, illustrations, drawings, or other information) necessary for the Government to determine whether the product meets the performance characteristics and specifications of the requirement. If the offeror proposes to modify a product so as to conform to the requirement of this solicitation, the offeror shall include a clear description of such proposed modifications and clearly mark any descriptive materials to show modifications. Past performance will be evaluated on an acceptable/unacceptable rating basis. An �Acceptable� rating is defined as the Government having reasonable confidence that the offeror can complete all requirements under the contract and meet stated delivery dates. An �Unacceptable� rating is defined as the Government having minimal confidence that the the offeror can complete all requirements under the contract and meet stated delivery dates. The ratings will be based upon past performance information submitted by the offeror, as well as any other past performance information the Government obtains. The offeror shall submit two (2) records of past performance from the past 24 months with their offer. Only offerors rated �Acceptable� will be eligible for award. Award will be made to the lowest price technically acceptable offer out of all offers rated �Acceptable�. Price will be evaluated based on the total proposed price, including options, (if any). �������������������� (x)� Offerors shall include a completed copy of the provision at FAR 52.212-3 (with its Alternate I), Offeror Representations with its offer. �������������������� (xi)� The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addenda have been attached to this clause:� None.� �������������������� (xii)� The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items and the selected clauses listed in DFARS 212.301 Solicitation provisions and Contract Clauses for the Acquisition of Commercial Items (also contained in the B01 � Provisions and Clauses Full-Text document), applies to this acquisition.� The following additional FAR/DFARS clauses cited in this clause are applicable: 52.203-6 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEP 2006) 52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT AWARDS (OCT 2018) 52.209-6 PROTECTING THE GOVERNMENT� INTEREST WHEN SUBCONTRACTING WITH CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT (OCT 2015) 52.219-4 DEVIATION 2020 O0008 NOTICE OF PRICE EVALUATION PREFERENCE FOR HUBZONE SMALL BUSINESS CONCERNS (OCT 2014) 52.219-8 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018) 52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (JUL 2013) 52.222-3 CONVICT LABOR (JUN 2003) 52.222-19 CHILD LABOR--COOPERATION WITH AUTHORITIES AND REMEDIES (OCT 2019) 52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015) 52.222-26 EQUAL OPPORTUNITY (SEP 2016) 52.222-35 EQUAL OPPORTUNITY FOR VETERANS (OCT 2015) 52.222-36 AFFIRMATIVE ACTION FOR WORKERS WITH DISABILITIES (JUL 2014) 52.222-37 EMPLOYMENT REPORTS ON SPECIAL DISABLED VETERANS, VETERANS OF THE VIETNAM ERA, AND OTHER ELIGIBLE VETERANS (FEB 2016) 52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS ACT (DEC 2010) 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 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008) 52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER�CENTRAL CONTRACTOR REGISTRATION (OCT 2018) 52.232-36 PAYMENT BY THIRD PARTY (MAY 2014) �������������������� (xiii)� The following additional contract requirement(s) or terms and conditions apply (full text of all FAR/DFARS clauses that contain fill-in information, as well as all local clauses, can be found in the attached Provisions and Clauses Full-Text document): FAR: 52.204-7 SYSTEM FOR AWARD MANAGEMENT (OCT 2018) 52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018) 52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (JUL 2016) 52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (JUL 2016) 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (DEC 2019) 52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (DEC 2013) DFARS: 252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (SEP 2011) 252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016) 252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS (JUN 2012) � FAR/DFARS Fill in Clauses:� 52.252-1 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998) 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) 252.211-7003 ITEM IDENTIFICATION AND VALUATION (MAR 2016) 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013) LOCAL Clauses:� ACC - APG POINT OF CONTACT TECHNICAL POINT OF CONTACT TYPE OF CONTRACT DISTRIBUTION STATEMENT A GOV INSPECTION AND ACCEPTANCE PAYMENT OFFICE (BANKCARD) TAX EXEMPTION CERT. (ARL) PAYMENT INSTRUCTIONS RECEIVING ROOM REQUIREMENT � ARL SOUTH DFARS COMMERCIAL CLAUSES EXCEPTIONS IN PROPOSAL AWARD OF CONTRACT ADELPHI CONTR. DIVISION URL FOREIGN NATIONALS PERFORMING PAYMENT TERMS �������������������� (xiv)� This acquisition is rated under the Defense Priorities and Allocations System (DPAS) as N/A. �������������������� (xv)� The following notes apply to this announcement:� This purchase will be utilizing FAR Part 13 therefore, no contract financing will be provided. Offerors are encouraged to review Local Clause titled Payment Terms in the Provisions and Clauses Full-Text Attachement. �������������������� (xvi)� Offers are due on 16 April 2020, by 11:59am EST, at Douglas.C.Dennard.civ@mail.mil.� � �������������������� (xvii)� For information regarding this solicitation, please contact Douglas Dennard at Douglas.C.Dennard.civ@mail.mil or 301-394-3371.� Contracting Officer: �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/4e497a4364d349bfb95322e2cfadd503/view)
 
Place of Performance
Address: Austin, TX 78710, USA
Zip Code: 78710
Country: USA
 
Record
SN05616736-F 20200411/200409230152 (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.