SOLICITATION NOTICE
66 -- Tecan D300e Digital Dispenser
- Notice Date
- 8/10/2020 2:12:55 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91020Q00165
- Response Due
- 8/20/2020 9:00:00 AM
- Archive Date
- 09/04/2020
- Point of Contact
- Miguel Diaz, Phone: 2402765439
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Description
- Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD� 20892, UNITED STATES Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genitourinary Cancer Pathogenesis (LGCP) plans to procure one (1) brand name or equal Tecan D300e Digital Dispenser. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation, 75N91020Q00165, is issued as a request for quotation (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-04 (January 15, 2020), simplified procedures for commercial items.� The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees.� Only one award will be made as a result of this solicitation.� This will be awarded as a firm fixed price type purchase order.� The National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Genitourinary Cancer Pathogenesis (LGCP) requires an accurate high throughput drug dispensing instrument for the purpose of conducting research on prostate cancer. The laboratories in LGCP are focused on elucidating the molecular mechanisms of tumorigenesis with the ultimate goal of identifying new opportunities for therapeutic intervention. Therefore, a major component of ongoing research is testing pharmacologic agents that are predicted to have an effect on the proliferation of cancer cells based on the laboratory findings. The laboratories also test drug combinations to assess potential synergistic interactions. The ability to accurately dispense drug treatments is critical to generating reproducible and robust growth inhibition curves to determine drug efficacy, potency, and synergy. Since this requires testing multiple drugs, at various doses, in multiple in vitro models, throughput is also an important requirement. Therefore, the instrument must be capable of accurately dispensing a broad range of drug concentrations in standardized high throughput assay formats including 96 and 384 well plates. In order to facilitate LGCP�s research needs, a Brand Name or Equal Tecan D300e Digital Dispenser is required to expand the laboratory�s current plate reader functions.� A review of the most recent instrument literature and discussions with technical specialists identified one instrument, the Tecan D300e Digital Dispenser, capable of automatically calculating and dispensing serial drug dilutions in user-specified wells in a high throughput format such as 96 well or 384 well plates The Tecan D300e Drug Dispenser is the only known system available that uses technology similar to inkjet printers, where the drug is �sprayed� into wells. This allows dispensing of very small volumes accurately directly into user defined wells. Alternative drug dispensers based on acoustic technology were evaluated, however, these platforms do not dispense directly into wells containing cells and media but instead requires dispensing into empty wells that are inverted. An inverted platform is not compatible for treating organoid cultures that need to mature in wells prior to treatment. There are liquid handling devices that dispense drugs using standard pipetting-based technology are incompatible with LCGB research because they are not able to accurately dispense nanoliter or picoliter volumes and require contact with the surface of the media in the wells, which may contribute to cross contamination. Liquid handling devices are also not able to randomize and subsequently deconvolute well treatments. The Tecan D300e Digital Dispenser was evaluated and determined to be the only known instrument capable of fulfilling the requirements of the LGCP.� The requirements of LGCP for this instrument are as follows: Accurately dispense specified nanoliter and picoliter volumes from stock solutions dissolved in either DMSO or aqueous solvent, directly into user-defined wells of standardized assay formats including 96 well and 384 well plate formats. Dispense directly into plates containing cells with media without contacting the surface to avoid cross-contamination. Generate dilution series from single stock solution in order to avoid requiring multiple stock solutions, minimizing potential source of pipetting error and limiting waste of excess drug. Ability to normalize total amount of solvent dispensed per well. The instrument shall do this calculation automatically based on dispensed volume, minimizing manual calculation for each well to eliminate a potential source of error. Capability to randomize position of wells and then subsequently deconvolute wells for analysis. This feature is critical for serial drug treatments to avoid systemic error effects such as row or column or batch effects. Include software to automatically determine serial dilutions and then save protocols for future use. Include software that records exact amount dispensed in each well in each plate for documentation purposes. Fit within LGCP tissue culture hood: footprint shall be no larger than 50 cm x 40 cm. Training: 1 day of training will be performed upon completion of equipment installation.� All training charges shall be included in the quote.� The training location shall be at: NCI/CCR Laboratory of Genitourinary Cancer Pathogenesis 37 Convent Drive Building 37, Rm 1066 Bethesda, MD 20892 Delivery and Installation: All quotes must include confirmation that equipment is or will be available for delivery by the estimated due date. Equipment shall be delivered within 30 business days of purchase order award.� All shipping/handling/delivery, installation, start-up and plumbing charges shall be included in the quote. Quoters must confirm: To store or hold equipment until NCI is ready to accept the equipment at no additional cost. The equipment will not be sold to another company in the event NCI is not ready to accept delivery due to unanticipated changes related to COVID-19. Training as required by the Statement Work will be made available and provided to required staff at different times and dates at no additional cost. Communicate and follow instructions from the Technical Point of Contact (TPC) to coordinate delivery, installation and training. The current delivery address is listed below.� The delivery address and TPC�s information will be confirmed at time of award and must be included as part of the order/shipping label. NCI/CCR Laboratory of Genitourinary Cancer Pathogenesis 37 Convent Drive Building 37, Rm 1066 Bethesda, MD 20892 All companies delivering to NIH�s main campus must comply with Commercial Vehicle Inspection Facility (CVIF) access procedures. CVIF will provide a list of buildings with loading docks. Delivered items will be logged in and the loading dock contractor or government employee will attempt to contact the TPC for the package. In the event the TPC is unable to accept the package, the equipment must not be left at the loading dock station. Quoter must confirm another attempt will be made to deliver on another date at no additional cost. � Deliveries can only be made between 6AM to 4PM, Monday through Friday. IMPORTANT: For Building 10 - Carriers will be required to complete additional steps that include brief medical screening before unloading and entering building 10 to make deliveries. These steps are necessary to protect patients and staff. Delivery personnel may be asked a series of questions related to recent travels and if any physical symptoms relevant to COVID 19 exist. Warranty: A minimum of twelve (12) months of warranty shall be included in the quote, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. Payment: � Payment shall be made after delivery, installation, successful operation of equipment, and completion of training.� Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. Clauses and Provisions: 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. 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):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov.� Clause No.����������������� Title FAR 52.212-1 ����������� INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (OCT 2018) FAR 52.212-2 ����������� EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 ����������� OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (DEC 2019) FAR 52.212-4 ����������� CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018) HHSAR 352.222-70�� CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224�71� CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 ����������� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (JAN 2020). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6��������� Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13������� Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) � 52.204-10������� Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.204-24 ������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (DEC 2019) 52.209-6� ������� Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.219-4��������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).�� 52.219-28������� Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. �632(a) (2)). 52.222-3��������� Convict Labor (JUN 2003) (E.O. 11755). 52.222-19������� Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21������� Prohibition of Segregated Facilities (APR 2015) 52.222-26������� Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35������� Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36������� Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). � 52.222-37������� Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40������� Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011) (E.O. 13513). 52.225-3��������� Buy American�Free Trade Agreements-Israeli Trade Act. (MAY 2014) 52.225-5��������� Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13������� Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 ������ Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). Submission Information: Quotes must be submitted by returning a completed copy of the attached SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. � Quote must contain all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, quotes must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; Business Size (e.g., small or large) Questions must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Friday, August 14, 2020. Quotations must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Thursday, August 20, 2020. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: 75N91020Q00165 on all correspondence. Basis for Award: Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding ALL acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If you are providing an �equal� product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR 52.211-6. Price: Price will be evaluated for reasonableness in accordance with FAR 13.106-3.� For a price to be reasonable, it must represent a price to the Government that a prudent person would pay when consideration is given to prices in the market. Normally price reasonableness is established through adequate price competition but may also be determined through price and/or cost analysis techniques as described in FAR 15.404.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e0f0b8ae108c4eff81de7799a29ec876/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05751751-F 20200812/200810230151 (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 |