SOLICITATION NOTICE
66 -- Cell and Virion Analysis Equipment (CytoFLEX S and CytoFLEX SRT)
- Notice Date
- 8/30/2022 7:31:33 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-22-2132955
- Response Due
- 9/7/2022 11:00:00 AM
- Archive Date
- 09/22/2022
- Point of Contact
- Jillian Marconi, Phone: 3017617093
- E-Mail Address
-
jillian.marconi@nih.gov
(jillian.marconi@nih.gov)
- Description
- Request for Quotes Solicitation ID: �RFQ-NIAID-22-2132955 Cell and Virion Analysis Equipment (CtyoFLEX S and CytoFLEX SRT) This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as applicable, and as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. �The Solicitation number is RFQ-NIAID-22-2132955 and the solicitation is issued as a Request for Quotes (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP). �The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-07 Effective August 10, 2022. The North American Industry Classification System (NAICS) code for this procurement is 334516 � Analytical Laboratory Instrument Manufacturing with a size standard of 1,000 employees. �The Product or Service Code (PSC) is 6640 � Laboratory Equipment and Supplies. �The requirement is being competed as full and open competition, with a brand name or equal restriction, and without a small business set-aside.� The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein.� By submitting a quote, the offeror is accepting that all government terms and condition shall prevail over the award. � By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov).� STATEMENT OF NEED Dr. Tijana Ivanovic, an investigator recently recruited by the Laboratory of Viral Diseases, requires laboratory equipment capable of detecting and isolating viral particles to conduct her research. �The intended outcome of this acquisition is to procure a cell cytometer and sorter system capable of reliably and unambiguously detect virions, which are orders of magnitude smaller than cells. The system must have the characteristics outlined in the Statement of Needs. See Attachment 1 � Statement of Needs. The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for the brand name equipment manufactured by Beckman Coulter/Life Sciences. CytoFLEX S V4-B2-Y4-R3 Flow Cytometer � Part # C09766 CytoFLEX SRT Cell Sorter � Part # C71883 Haake Refrigerated Water Bath, Model C10-K20 � Part # 400-3000 CytoFLEX Service Installation � Part # B68560 Shipping & Handling (FOB Destination) If offering equal equipment, country of origin and place of manufactured products, must be provided with quote. If quoting an equal product, you must show in your quote how the quoted equipment meets these qualifications: Procurement of two instruments capable of: a) detecting and measuring traits of cell and virus populations, and b) separating cells and virus subpopulations from a sample based on their properties. �These are the specific requirements: Flow Cytometer Must have 4 lasers, including a violet (405 nm) laser for small�(1.3 numerical aperture. Proprietary fluorescence and side scatter light delivery by fiber optics design to ensure high performance, high efficiency, and low-noise signal detection. Must have adjustable flow rate options that range from 10 to 240 �l/min to provide high sensitivity (in both small particle and low concentration regimes) Must have plate loader options that can accommodate standard and deep well 96 well plates. Must have compact size, up to 17x17x13.5 in. Must include 10 L Sheath and Waste tank options. Cell Sorter Must have 4 lasers, including a violet (405 nm) laser for small�(?200 nm) particle detection and 3 additional lasers (488, 561, and 638 nm) for fluorescence applications. Must have Violet Side Scatter Resolution (VSSC) and the capability to detect particles ?200 nm. Fluorescence resolution: the instrument can achieve 99% purity with 5% target population, sample threshold ?10,000 events per second, while the yield rate is above 80% theoretic rate. Must have up to four-way sorting with mixed modes to 5 mL and 15 mL tubes; one-way sorting can be conducted with up to 96 deep well plates and standard 384 micro-well plates or plates. Must have compact size, up to 29x19x18 in. QUOTING REQUIREMENT All elements below must be included in the quote for your quote to be considered responsive: If not brand name, documentation to prove how the �of equal� model/part meets the salient physical, functional, or performance characteristic specified in this solicitation. Country of Origin Place of Manufacture Estimated date of delivery Estimated shipping fees PERIOD OF PERFORMANCE Delivery is requested as soon as possible. �Estimated lead time for delivery is 60-90 days from date of award which is estimated to be September 30, 2022 through December 30, 2022, if not sooner. SHIPPING/DELIVERY INSTRUCTIONS Delivery location is 33 North Drive, Room 1E19, Bethesda, MD 20892.� The Loading Dock is at semi-truck height.� If the delivery truck is low, a lift gate is REQUIRED for pallet shipments or packages over 50 pounds.� The Loading Dock hours are as follows: 7:30 am - 3:30 pm EST, Monday through Friday except for Federal Holidays. �FOB: Destination. �Due to the COVID-19 environment, offeror must coordinate delivery and receipt with the NIAID customer.� Please contact Paul Kennedy at 301-761-6350 for coordination.� Hours and availability may be limited during this period. �All equipment delivered shall contain a Packing Slip (with serial numbers when applicable).� INSTRUCTIONS All interested offerors shall provide a quote for the requirement as outlined in Attachment 1 � Statement of Needs (SON) and Attachment 2 � Bill of Materials (BOM).� The Government may evaluate only those quotes that fully meet the requirements as outlined in the SON and BOM and respond to the instructions and requirements below.� Failure to furnish a full and complete quote as instructed may result in the Offeror�s response being considered non-responsive and will therefore be eliminated from further consideration and award. Quotes are due by 3:00pm EST on August 26, 2022.� Quotes must be emailed to Jillian Marconi, Contracting Officer, at Jillian.Marconi@nih.gov.� Late quotes will not be considered. �All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this combined synopsis/solicitation should be emailed to Jillian.Marconi@nih.gov.� EVALUATION NIAID will evaluate quotes to determine the best value to the government.� NIAID will make that determination based on technical acceptability and price.� NIAID will evaluate price only for those quotes which are rated as technically acceptable.� In the event quotes are evaluated as technically equal, price will become a major consideration in selecting the successful Offeror. SPECIAL NOTICE TO OFFERORS Offerors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. ELECTRONIC INVOICING The successful offeror may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP).� The Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.� The Contractor must follow step-by-step instructions as stated in the NIH/OFM Electronic Invoicing Instructions for NIH Contractors/Vendors, which is included as an attachment on the website at https://oamp.od.nih.gov/DGS/DGS-workform- information/attachment-files.� The invoice shall be transmitted as an attachment via email to the address listed above in one of the following formats: Word, or Adobe Portable Document Format (PDF).� The Contractor must submit only one invoice per email.� Do not submit supporting documentation (e.g., receipts, time sheets, vendor invoices, etc.) with your invoice unless specified elsewhere in the contract or requested by the Contracting Officer. REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (SECTION 889) All offerors shall have current documentation showing representation of compliance with �Section 889 provisions.� Prior to award of delivery order resulting from solicitation, quoters shall be prepared to provide copy of section 889 compliance if requested by the Contracting Officer.� SECTION 508 Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use information and communication technology (ICT), it shall be accessible to people with disabilities. �Federal employees and members of the public who have disabilities must have access to, and use of, information and data that is comparable to people without disabilities. Vendors must identify whether a quoted Information and Communication Technology (ICT) product or service is compliant with the Section 508 accessibility standards at 36 CFR 1194. �The quote must also identify where full details of compliance can be found (e.g., vendor's website or other exact location.)� For more information on Section 508 standards visit https://www.section508.gov/. PROVISIONS AND CLAUSES The following Federal Acquisition Regulation (FAR) provisions and clauses apply to this acquisition: FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representations FAR 52.203-19 - Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements FAR 52.204-7 - System for Award Management FAR 52.204-13�System for Award Management Maintenance FAR 52.204-16 - Commercial for Government Entity Code Reporting FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems FAR 52.204-24 - Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment 52.204-25�- Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment FAR 52.204-26�- Covered Telecommunications Equipment or Services-Representation. FAR 52.209-7 - Information Regarding Responsibility Matters FAR 52.211-6�- Brand Name or Equal FAR 52.212-1 - Instructions to Offerors � Commercial Items FAR 52.212-3 - Offeror Representations and Certification � Commercial Items FAR 52.212-4 - Contract Terms and Conditions � Commercial Items FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders Statements � Representation FAR 52.232-25 - Prompt Payment FAR 52.232-40 - Providing Accelerated Payments to Small Business and Subcontractors FAR 52.242-15 - Stop-Work Order FAR 52.252-2 -�Clauses Incorporated by Reference By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement: HHSAR 352.203-70 Anti-lobbying HHSAR 352.208-70 Printing and Duplication HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations HHSAR 352.223-70 Safety and Health HHSAR 352.224-71 Confidential Information HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice By full text the Department of Health and Human Services Acquisition Regulation (HHSAR): HHSAR 352.232-71 - Electronic Submission of Payment Requests LIST OF ATTACHMENTS Attachment 1 � Statement of Needs (SON) Attachment 2 � Bill of Materials (BOM)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06abbcbd52ca4954ae635e013fed4bfb/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06446897-F 20220901/220830230130 (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 |