SOLICITATION NOTICE
66 -- Purchase of LGR Precise Drop II System and BioRaptr Upgrade
- Notice Date
- 9/5/2020 1:15:08 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
- 75N95020Q00167
- Response Due
- 9/11/2020 8:00:00 AM
- Archive Date
- 09/26/2020
- Point of Contact
- Stuart Kern, Phone: 3014023334
- E-Mail Address
-
stuart.kern@nih.gov
(stuart.kern@nih.gov)
- Description
- NON-COMPETITIVE COMBINED SYNOPSIS / SOLICITATION Title: Purchase of LGR Precise Drop II System and BioRaptr Upgrade �(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 75N95020Q00167 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. THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).� The National Institute on Drug Abuse (NIDA), NIDA Office of Acquisitions � NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a purchase order without providing for full and open competition (including brand-name) to FujiFilm Wako Automation Corporation, 11575 Sorrento Valley Rd Ste 207, San Diego, CA 92121 for purchase of one Let�s Go Robotics Precise Drop II System and upgrade of one BioRaptr unit. The anticipated award date is on or around 9/16/2020. This acquisition is non-competitive due to the following: Let's Go Robotics provides micro- to nanoliter dispensing systems as a replacement for existing BioRaptr units, and reconditions and rebuilds BioRaptr units that are no longer supported by the original manufacturer, using custom and proprietary parts. They sell these exclusively through FujiFilm Wako Automation. No other companies perform this work on BioRaptr systems. (iii)�� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 dated August 31, 2020. (iv)�� �The associated NAICS code is 334516 and the small business size standard is 1000 employees. This requirement is full and open. (v)�� �This acquisition consists of: Line 0001: One LGR Precise Drop II system. Line 0002: One upgrade of an existing BioRaptr to BioRaptr 2.0. (vi)�� �Lines 0001 is a replacement for, and line 0002 is an upgrade to, robotic screening system components/liquid handling systems for micro- to nanoliter dispensing systems. Salient characteristics include: ��� �These components must be a later generation of equipment that provide direct compatibility as enhancements or replacement pieces of equipment for our existing robotic high-throughput screening (HTS) systems, which include a Kalypsis Primary Screening system (2005), the Tox21 Robotic Screening system (2011), and other systems. ��� �Must have Volume range 50nL � 100mL� ��� �Must dispense �on the fly�� ��� �Must accommodate 96, 384 and 1536 well plates with options for other configurations ��� �Must include calibration capacity for a wide volume range ��� �Must be able to use valves from any manufacturer. (vii)�� �Delivery shall be to: The National Center for Advancing Translational Sciences (NCATS) 9800 Medical Center Drive Rockville, MD 20850 Delivery shall be within 4-8 weeks after receipt of order. Offer must state or include shipping costs. (viii)�� �The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition. (ix)�� �The award resulting from this solicitation will be made to the responsible offeror whose proposal is most advantageous to the Government, price and other factors considered. (x)�� �Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with offers.� (xi)�� �The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition. The following addendum applies: FAR 52.212-4 Addendum � Supplier License Agreements, attached. The following FAR provisions or clauses are incorporated by reference: 52.204-7, System for Award Management (Oct 2018) 52.204-13, System for Award Management Maintenance (Oct 2018) 52.204-16, Commercial and Entity Code Reporting (Aug 2020) 52.204-18, Commercial and Entity Code Maintenance (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).� 52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014), and the NIH interim electronic invoice submission instructions, attached. Offerors must complete and return the FAR representation 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020), attached. Offerors must complete and return the FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019), attached. (xii)�� �FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items, applies to this acquisition. (xiii)�� �This synopsis is not a request for competitive proposals. All responsible sources may submit a bid, proposal or quotation which shall be considered by the agency. (xvi)�� �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 by 11:00 a.m. Eastern time, Friday, September 11, 2020, and reference solicitation 75N95020Q00167. Responses must be submitted by email to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, tel. 301-402-3334. Attachments: -�� �FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020) -�� �FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Dec 2019) -�� �FAR 52.212-4 Addendum � Supplier License Agreements -�� �FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items -�� �NIH Invoice and Payment Instructions
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/179f9ba1c38440179b06f8b46e6f843c/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Record
- SN05788580-F 20200907/200905230139 (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 |