MODIFICATION
66 -- Eppendorf Injectman 4 Micromanipulator w/Dynamic Movement Control and Eppendorf FemtoJet 4i Microinjector or Equal
- Notice Date
- 7/24/2020 12:21:54 PM
- 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
- HHS-NIH-NIDA-CSS-20-07397
- Response Due
- 8/4/2020 6:00:00 AM
- Archive Date
- 08/19/2020
- Point of Contact
- Sneha V. Singh
- E-Mail Address
-
sneha.singh@nih.gov
(sneha.singh@nih.gov)
- Description
- COMBINED SYNOPSIS / SOLICITATION COMPETITIVE Classification code: 66 Title: �� �Eppendorf Injectman 4 Micromanipulator w/Dynamic Movement Control and Eppendorf FemtoJet 4i Microinjector or Equal 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-NIDA-CSS-20-07397 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; 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 2020-07, dated 2 Jul 2020. The solicitation is unrestricted and open to all offerors. �The associated NAICS code is 334516 and the small business size standard is 1000 employees. Supplies or Services and Prices The National Institute of Neurological Disorders and Stroke (NINDS) has a requirement for a Eppendorf Injectman 4 Micromanipulator w/Dynamic Movement Control and Eppendorf FemtoJet 4i Microinjector or Equal. Delivery is expected within 10 days after contractor receipt of award. Installation and training must be completed within four (4) weeks after system delivery. Delivery, installation and training must be performed at 35 Convent Drive, Bldg 35A, Room 3F121, Bethesda, MD 20892 between the hours of 8:00 am and 5:00 pm, local prevailing time, Monday through Friday. Price Schedule Line Item: 0001 Item: �Product Code 5192000027 � Eppendorf InjectMan 4� Quantity: 1 Total Price: $__________ Line Item: 0001A Item: �Equal Product Code ________ � Equipment Name__________� Quantity: 1 Total Price: $__________ Line Item: 0002 Item: �Product Code 5252000021 � Eppendorf FemtoJet 4I Quantity: 1 Total Price: $__________ Line Item: 0002A Item: �Equal Product Code ________ � Equipment Name__________� Quantity: 1 Total Price: $__________ Total Price: $__________ �� � Background and Requirement The National Institute of Neurological Disorders and Stroke (NINDS), Molecular Neurophysiology Unit, performs basic research contributing to the advancing study of improved fluorescent probes to study ion channel dynamics in in vivo settings. A fluorescent unnatural amino acid can be introduced in a target protein to serve as a tag or marked used to track conformational changes with high precision and accuracy. For the use in mammalian cells as neurons we need to directly inject the unnatural amino acid complex into the cell soma. For this purpose, we need an Injectman 4 Micromanipulator with Dynamic Movement Contral or Equal and Eppendorf Femtojet 4i Microinjector or Equal. Brand Name or Equal Eppendorf Injectman 4 Micromanipulator w/Dynamic Movement Control and Eppendorf FemtoJet 4i Microinjector. 5192000027 � InjectMan 4 � Quantity = 1 5252000021 � FemtoJet 4I � Quantity = 1 Salient characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: a.�� �The system should be an electronic microinjector and able to perform a broad range of pressure settings for precise and accurate microinjection with solution as small as femtoliters (10-9 L) up to 1 L and above.� b.�� �The system should have a built-in compressor which is able to generate between 5 - 6,000 hPa injection pressure, in 1 hPa increments without the need of external pressure supply.� c.�� �The system should allow setting of compensation pressure up to 6,000 hPa to prevent dilution of sample due to capillary effect.� d.�� �The injection time should be adjustable between 0.01 � 99.9 sec in 0.01 sec increments.� e.�� �The system should have a large digital LCD showing all set and actual parameters at one glance.� f.�� �The system should be able to carry out both automatic and manual injection depending on applications.� g.�� �The system shall be able to carry out semi-automatic injection if connected to a suitable electronic micromanipulator.� h.�� �The system should have the possibility to be connected to an electronic piezo-assisted� micromanipulator to allow movement of the capillary and injection to be carried out automatically.� i.�� �The system should be able to cut off the pressure and show error message when there is a capillary breakage.� j.�� �The system should have a designated Clean function (�shortcut�) of at least 6,000 hPa to clear the clogged injection capillary.� k.�� �The system should be able to carry out quick automatic calibration every time it is turned on.� l.�� �The system should be able to carry out automatic re-calibration and venting.� m.�� �The device should have a self-diagnosis system: It should emit error messages on LCD if certain operating conditions are not reached or the device records a deviation from specified conditions. Troubleshooting options should also be emitted on the same display. n.�� �All the electronic connections of the device should be located at the rear of the device to keep the working area free from electronic cables. o.�� �The footprint of the system should be close to 441 cm2 to save bench space.� p.�� �The weight of the device should allow for portability, approximately 5kg.� q.�� �The system should have a RS 232 port for connection to PC control.� r.�� �The system should be able to be updated from time to time with newer software versions using the USB port, without the need to purchase new devices.� Contract Type and Period of Performance It is the Government�s intent to issue a Firm Fixed Price Purchase Order. �Delivery is expected within 10 days after contractor receipt of award. Installation and training must be completed within four (4) weeks after system delivery. Delivery, installation and training must be performed at 35 Convent Drive, Bldg 35A, Room 3F121, Bethesda, MD 20892 between the hours of 8:00 am and 5:00 pm, local prevailing time, Monday through Friday. Place of Performance National Institutes of Health - Main Campus NINDS Molecular Neurophysiology Unit 35 Convent Drive, Building 35A/Room 3F121 Bethesda, MD 20892 (FOB Destination) Contracting Officer's Representative (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: �� ��� ��� ��� ��� �[To be specified at time of award] The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections and acceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition and is incorporated by reference. �� The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition. � (a)�� �The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. �Technical acceptability will be evaluated based upon the following: 1.�� �The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation. 2.�� �Or Equal equipment must meet or exceed each salient characteristic in the table below. Brand Name or Equal Eppendorf Injectman 4 Micromanipulator w/Dynamic Movement Control and Eppendorf FemtoJet 4i Microinjector. Part Number 5192000027 � InjectMan 4 � Quantity = 1 Part Number 5252000021 � FemtoJet 4I � Quantity = 1 Salient characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows: �� � �� �Yes/No�� �Comment/Reference The system should be an electronic microinjector and able to perform a broad range of pressure settings for precise and accurate microinjection with solution as small as femtoliters (10-9 L) up to 1 L and above. �� ��� � The system should have a built-in compressor which is able to generate between 5 - 6,000 hPa injection pressure, in 1 hPa increments without the need of external pressure supply. �� ��� � The system should allow setting of compensation pressure up to 6,000 hPa to prevent dilution of sample due to capillary effect. �� ��� � The injection time should be adjustable between 0.01 � 99.9 sec in 0.01 sec increments. �� ��� � The system should have a large digital LCD showing all set and actual parameters at one glance. �� ��� � The system should be able to carry out both automatic and manual injection depending on applications. �� ��� � The system shall be able to carry out semi-automatic injection if connected to a suitable electronic micromanipulator. �� ��� � The system should have the possibility to be connected to an electronic piezo-assisted �� ��� � micromanipulator to allow movement of the capillary and injection to be carried out automatically. �� ��� � The system should be able to cut off the pressure and show error message when there is a capillary breakage. �� ��� � The system should have a designated Clean function (�shortcut�) of at least 6,000 hPa to clear the clogged injection capillary. �� ��� � The system should be able to carry out quick automatic calibration every time it is turned on. �� ��� � The system should be able to carry out automatic re-calibration and venting. �� ��� � The device should have a self-diagnosis system: It should emit error messages on LCD if certain operating conditions are not reached or the device records a deviation from specified conditions. Troubleshooting options should also be emitted on the same display.�� ��� � All the electronic connections of the device should be located at the rear of the device to keep the working area free from electronic cables.�� ��� � The footprint of the system should be close to 441 cm2 to save bench space. �� ��� � The weight of the device should allow for portability, approximately 5kg. �� ��� � The system should have a RS 232 port for connection to PC control. �� ��� � The system should be able to be updated from time to time with newer software versions using the USB port, without the need to purchase new devices.�� ��� � In addition to completing the table above, the respondents must provide brochures and/or published technical specifications that provide evidence of or equal equipments ability to meet the specifications in the table above. � � (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. Offerors shall 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 incorporated by reference. � Addendum to FAR clause 52.212-4, Contract Terms and Conditions�Commercial Items applies to this acquisition. �The additional contract terms and conditions are as follows. 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) 52.204-20 Predecessor of Offeror (JUL 2016) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (DEC 2019)� 52.242-15 Stop-Work Order (Aug. 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor�s cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of Clause) FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a)�� � If an item in this solicitation is identified as �brand name or equal,� the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; � � � � � �(2) Clearly identify the item by- � � � � � � � � (i) Brand name, if any; and � � � � � � � � (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� product, the offeror shall provide the brand name product referenced in the solicitation. (End of provision) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition and is incorporated by reference. �The following clauses listed in FAR clause 52.212-5 that are applicable to the acquisition are: 52.209-6 Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Jun 2020) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Jan 2020) 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 (Mar 2015) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) 52.225-1 Buy American � Supplies (May 2014) 52.225-13 Restriction on Certain Foreign Purchases (Jun 2008) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct. 2018) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement.� All questions shall be received via email to Sneha V. Singh at sneha.singh@nih.gov before 9:00 a.m., Eastern Standard Time, on 7/28/2020. � Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. � 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.�� All responses must be received on or before 8/04/2020 by 9:00 a.m., Eastern Standard Time and reference RFQ number HHS-NIH-NIDA-CSS-20-07397. �Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f). �Responses shall be submitted electronically to the Contract Specialist at Sneha.Singh@nih.gov). Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad1635d61f0b44e0a89ea0550a721585/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN05732622-F 20200726/200724230142 (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 |