SOLICITATION NOTICE
66 -- Procurement of one (1) Brand Name Cytek Aurora 5 Laser Spectral Flow Cytometer with an Automated Sample Loader (ASL)
- Notice Date
- 8/2/2022 9:39:01 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH NCI ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- 75N91022Q00153
- Response Due
- 8/12/2022 9:00:00 AM
- Archive Date
- 08/27/2022
- Point of Contact
- Miguel Diaz
- E-Mail Address
-
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The Department of Health and Human Services (HHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Cancer Research Center (CCR), Neuro-Oncology Branch (NOB) has a need for one (1) Brand Name Cytek Aurora 5 Laser Spectral Flow Cytometer with and Automated Sample Loader (ASL). This is a Combined Synopsis/Solicitation for commercial items, prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13.5 � Simplified Procedures for Certain Commercial Products and Commercial Services. This announcement constitutes the only solicitation that will be provided in relation to the stated need contained herein. This solicitation, 75N91022Q00153, is issued as a request for quote (RFQ) and includes applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2022-06 (05/26/2022). This requirement is a Total Small Business Set-Aside under the North American Industry Classification Code (NAICS) 334156 (Analytical Laboratory Instrument Manufacturing) for which the business size standard 1,000 employees. One Firm-Fixed-Priced award is anticipated to be made in relation to this solicitation. BACKGROUND The NCI CCR Neuro-Oncology Branch (NOB) has recently increased the number of labs and projects studying immunological parameters. These projects include both preclinical studies as well as critical correlative biology studies from several ongoing NOB-led clinical trials including large multi-center effort within the NCI-CONNECT rare adult CNS tumors.� Currently, the labs in the Branch have used flow cytometers at the NCI Flow Cytometry Core facility to access flow cytometers that are essential for these immunological projects.� However, due to the limitation in accessing the instruments (waiting time is a minimum of two weeks) at the core facility due to the pandemic and the increase in immunological research in CCR, the projects have been significantly impacted.� The progress of the NOB projects is now limited by the limited access to high end flow cytometry.� In careful appraisal of existing technologies and in consultation with colleagues in existing flow cores and others with expertise in the field, NOB has been advised to consider acquiring a machine that represents a recent advance in the technology used in flow cytometers.� This new device significantly increases the number of parameters that allows multiplex analysis even when the cell count is relatively small.� This is particularly critical for clinical studies, in which NOB obtains a limited number of cells from patients as from NOB�s pre-clinical animal studies. NOB conducts multiple projects analyzing high dimensional immunological parameters in clinical and pre-clinical studies involving at least four labs.� In many samples obtained, the number of cells is limited.� Thus, the new flow cytometer must be able to analyze a high number of parameters in a small number of cells. TYPE OF ORDER This is a Firm Fixed-Price Purchase Order. PURCHASE ORDER REQUIREMENTS The Contractor shall provide the following: 1 -�Cytek Aurora 5 Laser UV/V/B/YG/R (64 + 3 Channel) (Product Number N7-00003) Includes: 5-laser flow cytometer Workstation (computer, monitor, keyboard, mouse) One (1) additional copy of SpectroFloTM Fluidic reservoirs 1-Year Warranty 1 -�Cytek Automated Sample Loader (ASL) 2.0 (Product Number (N7-00021) 1 -�Basic Start-up Kit (Beads and 14 C kit) (Product Number R7-40091) DELIVERY / INSTALLATION Delivery shall be within 30 calendar days of the Purchase Order award. The Contractor shall coordinate delivery and tracking information with the NCI Contracting Officer Representative (COR) and/or Technical Point of Contact (TPOC) with tracking information to anticipate delivery to the best extent possible. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the COR and TPOC to schedule the installation date and time which shall occur within 14 calendar days after delivery. Installation shall be performed by, or under the direct supervision of, an Original Equipment Manufacturer (OEM) certified operator. The Contractor shall deliver and install the equipment at the following address: 37 Convent Drive Bldg 37; Rm 1016 Bethesda, MD 20892 Pursuant to FAR clause 52.212-4, all work described in this SON is subject to final inspection and acceptance by an authorized representative of the Government. The authorized representative of the Government is the COR, who is responsible for inspection and acceptance of all deliverables by the Contractor. COR: TBD at award TPOC: TBD at award SPECIAL DELIVERY INSTRUCTIONS DUE TO COVID-19 Due to the current COVID-19 pandemic, please pay close attention to the following delivery instructions and ensure that sufficient information is included in the quote to be considered for an award. Please be aware that due to the fluidity of the existing pandemic, instructions may be updated as needed after award. All quotes must include confirmation that equipment is or will be available for delivery by the due date indicated in this section. Quoters must confirm: Willingness 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. The vendor must communicate with COR/TOPOC and follow their instructions to ensure that delivery and installation is completed flawlessly. The delivery address and COR�s information shall be included as part of the order/shipping label. TRAINING Within seven (7) calendar days after equipment installation, the Contractor shall send certified OEM personnel to provide on-site training sessions in the laboratory in which equipment is installed. The provided training shall accommodate a minimum of three (3) staff. All training expenses, including materials and or travel expenses shall be included in the quoted price. WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of twenty- four (24) months from date of installation. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material, or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. Warranty related service shall be performed by OEM qualified service representatives that are familiar with the unique proprietary hardware to ensure correct functioning of the system including validation, sensitivity, specificity, and minimal downtime. PAYMENT Payment shall be made once, in full, upon delivery, inspection, and acceptance by the Government. Payment authorization requires submission and approval of invoices to the COR, TPOC, Purchasing Agent (PA), and NIH OFM, in accordance with the attached payment provisions. CONTRACT CLAUSES See Attachment for the full list of applicable clauses.� SUBMISSISON INSTRUCTIONS / EVALUATION GENERAL INSTRUCTIONS This Request for Quotation (RFQ) does not commit the Government to pay any cost for preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. By submitting a quote in response to this solicitation, it is understood that your firm�s quote shall become a part of the official contract file. The Government is not responsible for locating or securing any information which is not identified in said quote. QUESTIONS If there are questions regarding this requirement, please submit your inquiries immediately via email but no later than Tuesday, August 09, 2022, by 12:00 PM Eastern Standard Time to the points of contact listed below: Name: Miguel Diaz, Contracting Officer Email: miguel.diaz@nih.gov Note: Questions submitted by a method other than email will not be accepted. Any questions received after the specified cut-off time and date above will not be accepted or answered unless at the Contracting Officers discretion is deemed necessary. Additionally, all questions and answers of common interest will be provided to all prospective offerors via an amendment to the SAM.gov posting. All email inquiries must have the Solicitation number �75N91022Q00153� included in the subject line. QUOTATION SUBMITTAL Quotations submitted in response to this solicitation must be submitted via email no later than Friday, August 12, 2022, by 12:00 PM Eastern Standard Time to the points of contract listed below: Name: Miguel Diaz, Contracting Officer Email: miguel.diaz@nih.gov All quotations shall provide enough information for the Government to conduct a thorough evaluation of the quotes provided, and the quoters ability to fulfill the stated needs within this Request for Quote. At a minimum all quotes shall include in the following: Cover letter including: Federal Tax Identification Number (TIN); Unique Entity Identifier (UEI); Cage Code; Business size and designation (i.e., Small, Other than Small); The applicable solicitation number for which the quote is provided; Point of Contact Information for individuals authorized to commit on behalf of their organization. Including name, address, and telephone number of the offeror; ""Remit to"" address, if different than mailing address; Include a statement to the effect that pricing is firm for a period of at least 60 days from the date of receipt thereof by the Government. Pricing and discount terms; Acknowledgement of Solicitation Amendments; Terms of any Express Warranty; A completed copy of the representation and certifications at Federal Acquisition Regulation (FAR) 52.212-3. See FAR 52.121-3 (b)(1)&(2) if currentSAM.gov representations and certifications do not conflict with the quoted requirement, please include a statement to that effect; A technical description of the items being offered. Note: It�s the Quoter�s responsibility to read the RFQ and all related documents carefully. Additionally, it is the Quoter�s responsibility to ensure/verify the Government receives its submission on or before the date/time specified above. The Government reserves the right to not accept any late quotes, any quote that does not provide items requested, or quotes that do not conform to the requirements of the Request for Quote. Please do not wait until the deadline to submit your quotation. Quotes submitted by any other means other than email will not be accepted. All email submittals must have the Solicitation number �75N91022Q00153� included in the subject line. BASIS FOR AWARD AND EVALUATION The purchase order will be awarded to the firm that submits the Lowest Price Technically Acceptable (LPTA) quotation. A technically acceptable quote is one in which the quoter(s) complies with the Statement of Need (SON) and does not take exception, nor object to any of the terms of the RFQ. Quotes that are not technically acceptable will not be considered for award. Award will be made on an all or none basis. Evaluation and award will be conducted in accordance with the requirements set forth in FAR 13.106. The technical evaluation will be a determination based on information furnished by the Quoter. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government intends to evaluate quotations and make a single award. As such, quotations should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical quotes, or for clarifications on aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions/clarifications from all quoters. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb447f950e9549168d7aedb8c924f76b/view)
- Record
- SN06411409-F 20220804/220802230124 (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 |