SOLICITATION NOTICE
66 -- Title: Optima XE-90 Ultracentrifuge with SW-32 Swinging Bucket Rotor or Equivalent
- Notice Date
- 7/17/2020 12:38:50 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00143
- Response Due
- 7/31/2020 1:00:00 PM
- Archive Date
- 08/15/2020
- Point of Contact
- ERIC MCKAY, Phone: 3014802406
- E-Mail Address
-
eric.mckay@nih.gov
(eric.mckay@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 HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00143 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; 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 (FAC) Number 2020-07, with an effective date of 7/2/2020. (iv) The associated NAICS code is 334516 and the small business size standard is 1000 employees. This requirement is being solicited as a small business set-aside. (v)������� This requirement is for the following items: ����������� (1) Ultracentrifuge ����������� (1) Swinging Bucket Rotor ����������� (vi)�We are looking to obtain an ultracentrifuge to use for lentivirus production. In order to concentrate lentivirus, the supernatant must be spun for an hour and a half at 25,000 rpm, a task that can only be achieved with an ultracentrifuge. By obtaining our own ultracentrifuge that has a large volume capacity, we may begin meeting our need for large amounts of concentrated lentivirus for in vivo experiments. The ultracentrifuge we are looking to purchase is the Optima XE-90 or equivalent. It is manufactured by Beckman Coulter Life Sciences. Its catalog number is A94471. The swinging bucket rotor is an SW 32 Ti Rotor, also manufactured by Beckman Coulter Life Sciences. Its catalog number is 369694. Salient Characteristics: In order to concentrate lentivirus, the product must be able to spin at a speed of 25,000 RPM for an hour and a half. The Optima XE-90 can not only meet this speed requirement, but it has a high capacity that will allow us to meet our high demand for lentivirus stock. The rotor itself must be able to hold at least 150mL total for each spin. The SW 32 rotor exceeds this demand, as it is able to hold 231mL per spin. This makes the rotor unique, as most rotors that are larger in capacity cannot meet the required speed for this protocol. Having this larger capacity will allow us to properly stock our lentivirus and move forward with in vivo experiments that we have been delaying. �Vendor must provide a warranty to correct any defects of material or workmanship that develop within one year after delivery of the ultracentrifuge and rotor. (vii)�The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 60 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 251 Bayview Blvd, 5th floor, 5C007, Baltimore, MD 21224. (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 (Mar 2020) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2020) FAR 52.225-4, Buy American-Free Trade Agreements-Israel Trade Act Certificate (May 2014) 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). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)> The following provisions and clauses apply to this acquisition and are attached in full text: FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Mar 2020) NIH Invoice and Payment Provisions (2/2014) (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: (i) technical capability; (ii) price. (b)Technical capability is significantly more important than price. (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)�There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii)�The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii)�Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product. 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.� 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 quotations must be received by 4:00 p.m., Eastern Daylight time, on July 31, 2020, , and reference Solicitation Number HHS-NIH-NIDA(AG)-CSS-20-75N95020Q00143. Responses must be submitted electronically to Eric McKay, at eric.mckay@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1e528a17d98643ceac9ef35209f6e0b2/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN05725280-F 20200719/200717230140 (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 |