Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
MODIFICATION

66 -- Automatic cell culture station including liquid handler, L.Drop, thermoplate and incubator and live cell imager, the Cellcyte X

Notice Date
9/1/2022 6:41:06 AM
 
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
75N95022Q00418
 
Response Due
9/6/2022 8:00:00 AM
 
Archive Date
09/21/2022
 
Point of Contact
Shaun Rostad, Phone: 3014436677, Joshua T. Lazarus, Phone: 3014436677
 
E-Mail Address
shaun.rostad@nih.gov, Josh.Lazarus@nih.gov
(shaun.rostad@nih.gov, Josh.Lazarus@nih.gov)
 
Description
SOLICITATION No. 75N95022Q00418 TITLE: Automatic Cell Culture Station 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. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 75N95022Q00418 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-07, dated August 10, 2022. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13� Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. The associated North American Industry Classification System (NAICS) code is 334516 � Analytical Laboratory Instrument manufacturing with associated small business size standard of 1,000 employees. STATEMENT OF NEED AND PURPOSE: The Translational Neuroscience Center (TNC), National Institute of Neurological Disorders and Stroke (NINDS) require purchase of the automatic cell culture station including liquid handler, L.Drop, thermoplate and incubator and live cell imager, the Cellcyte X for long term neural differentiation cultures and 3D brain organoids research. BACKGROUND INFORMATION: The mission of the Translational Neuroscience Center,TNC/ Neural Differentiation Unit, NDU, is to develop in vitro 3D organoid models to study neural development, degeneration, and pathology infectious diseases in the human brain. Long term neural differentiation cultures and 3D brain organoids derived from iPSC are important research tools for neurological disorders. However, the field have realized that the lengthy process creates variations and human mistakes, making results difficult to replicate. The automatic cell culture assistance, mainly involving automatic liquid handling, is the key for minimizing human errors and provide consistency and thus the success of using these cultures. Liquid handler by doing automated dispensing and moving task, will help critical culture processes, including cell culture, plate coating, plasmid transfection and cell collection. It also provides a basic frame for further integration of instruments such as thermal and shaking accessories. While combined with advanced microscope suited with control of cellular environment, remote access, provide real time imaging, cell confluency and sphere size measurements and data collection/analysis without moving cell cultures out of incubator, will improve cell viability and decreasing cellular abnormalities. Purchase of the automatic cell culture station including liquid handler, thermoplate and in incubator live cell imager is critical for NINDS mission, which is to understand the pathogenesis and providing cures of neurological disorders. To achieve these goals, TNC require purchase of the cutting-edge technologies to facilitate the discovery of biomarkers and drugs for the treatment of neurological disorders. PROJECT REQUIREMENT: Automatic cell culture station including liquid handler, L.Drop, thermoplate and incubator and live cell imager, the Cellcyte X (brand name or equal). Refer to Attachment 5 Purchase Description for the brand name or equal salient characteristics and delivery information. APPLICABLE PROVISIONS AND CLAUSES: The provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) is applicable to this solicitation. Offerors MUST include a completed copy of this provision with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. See attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) is applicable to this solicitation. The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Selection of an offeror for contract award will be based on an evaluation of proposals against five factors. The factors are: Technical, Contract Management and Customer Support, and Delivery, Installation and Set-up, Past Performance, and Price. Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the SOLICITATION. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The evaluation factors are used when reviewing the proposals. Technical Capability and Functionality NIDA shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description. � � � �2. Contract Management and Customer Support NIDA shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems. � � � �3. Speed of Delivery, Installation and Set-up NIDA shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work. � � � �4. Past Performance Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each�offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. PRICE EVALUATION Offerors price quote will be evaluated for reasonableness. 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 cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (JUN 2020), applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), 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) 52.242-15 Stop-Work Order (AUG 1989) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020), applies to this acquisition. See attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the Government requirements stated in this solicitation. Cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform an analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; train-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. In addition, the Unique Entity Identifier (UEI), 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. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov on or before 11:00 AM EST, September 2, 2022. Fax responses will NOT be accepted. DATE QUOTATIONS DUE: All responses must be received on September 6, 2022 by 11:00 AM EST and must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Shaun Rostad, at shaun.rostad@nih.gov, citing the RFQ number and the name of firm in the subject line. Late responses may not be accepted. Attachments: Attachment 1 � FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) Attachment 2 � FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018) Attachment 3 - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (AUG 2020) Attachment 4 - Invoice and Payment Instructions Attachment 5 � Purchase Description
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/ca6288d6f9eb451db513aadd3ede7810/view)
 
Record
SN06449747-F 20220903/220901230118 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.