MODIFICATION
66 -- Platform to support sample handling and assay plate preparation for our Functional Genomics Laboratory (FGL)
- Notice Date
- 5/22/2023 5:24:21 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NCATS BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95023Q00172CSS
- Response Due
- 6/2/2023 8:00:00 AM
- Archive Date
- 06/17/2023
- Point of Contact
- Morgen Slager
- E-Mail Address
-
morgen.slager@nih.gov
(morgen.slager@nih.gov)
- Description
- (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 75N95023Q00172CSS and the solicitation is issued as a for proposal (RFP). This acquisition is for a commercial item or service and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold. (iii)� �The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-02 dated March 16, 2023. (iv)� The associated NAICS code is 334516 Analytical Laboratory Instrument Manufacturing (v)� �This requirement is for a platform to support sample handling and assay plate preparation for our Functional Genomics Laboratory (FGL). (vi)���Background: The Functional Genomics Lab (FGL) efforts over the past five years have made a significant impact on the NIH Intramural Research Program (IRP). However, RNAi screening has limitations, and newer technologies, in particular CRISPR/Cas9-based gene-editing approaches, can help address some of these limitations. The goals of the FGL are to: Collaborate with NIH investigators to perform genome-wide and targeted RNAi and CRISPR screening projects (assay development, screening and validation) to: Understand fundamental biological mechanisms. Accelerate target discovery for therapeutic development. Develop methods that advance the science of functional genomics screening and informatics. Perform education and outreach to increase awareness of TNRF tools and methods. Pursue new and complementary technologies for exploring gene function. Thus far, CRISPR screens have been performed primarily within an individual laboratory setting, where expertise exists � for example, when employing a pooled library approach with a simple phenotype such as cell survival. However, there is an increasing need for NIH IRP investigators to access robust, reproducible and flexible CRISPR/Cas9-based high-throughput screening (HTS) workflows that are compatible with the assessment of more complex phenotypic assays.� Technical challenges associated with the development and implementation of these more complex screens are a barrier for most individual laboratories. Investment in CRISPR/Cas9-based screening platforms within the FGL will enable the NIH IRP community to access state-of-the-art functional genomic resources beyond RNAi. To address these needs, the FGL requires a flexible platform that is capable of being automated for existing RNAi workflows such as screening library preparation, assay-ready plate creation, cherry picking, assay intervention, RNAi HTS, and that can also be utilized in a manual fashion for the development and optimization of CRISPR/Cas9-based projects.. Purpose: The purpose of this request is for The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) to acquire a platform to support sample handling and assay plate preparation for our Functional Genomics Laboratory (FGL). Project Requirements: NCATS requires one (1) automated enclosed robotic platform and (1) standalone liquid handler including: Brand Name or Equivalent Stand-alone liquid handler: Separate stand-alone Beckman Coulter Biomek i7 liquid handler capable of supporting Functional Genomics (i.e. CRISPR screening, TruSeq DNA library preparation, Next Generation Sequencing (NGS) sample preparation, etc) workflows B87585 Biomek i7 Hybrid (MC + Span-8) Automated ambient storage for samples (microplates, pipette tip boxes, etc) HRB Steristore, Thermo Cytomat, Liconic or equivalent Self sterilization capability preferred Option for below deck stacker feeding alternative would be considered under limited circumstances Automated enclosed robotic platform: Automated ambient storage for consumables (microtiter plates, tip boxes, others), robotic sample transportation HighResBio (HRB) Ambistore or equivalent unless HRB Prime is included in design HRB Prime liquid handler system Includes onboard storage, robotic arm, and interchangeable heads for 96/384 and independent Z for cherry picking to support an array of biological sample handling needs. Plate sealer Agilent PlateLoc or equivalent Plate seal remover Azenta Plate Seal Remover or equivalent Plate centrifuge HRB Microspin, Bionex HiG, or equivalent Plate bulk dispenser Let�s Go Robotics Precise Drop II, Thermo Multidrop, or equivalent Scheduling software to create custom workflows with the ability to integrate with other peripheral pieces of equipment involved in RNAi and CRISPR screening, library preparation, and NGS sample prep assays as required Design must take into account future expansion to add capabilities. Include a single dock and cart to support future flexibility Dock should support NCATS provided Grenova Tip Novus Mini Salient Characteristics: The vendor shall be responsible to provide equipment that fulfills the following requirements: Stand-alone liquid handler: Ambient storage system that fits fits at least 50 microtiter plates and pipette tip boxes for the Biomek i7. Automated enclosed robotic platform: The automated platform must be fully enclosed to prevent contamination of cells and siRNA/biological samples. The automated platform must include integrated random access ambient storage system. The storage carousel(s) must have - High Speed Plate Storage: the system needs the ability to retrieve and store plates in 12 seconds. Also, storage needs the ability to quickly inventory all plate types within 90 seconds. This inventory process must include the exact location of each piece of labware and its associated barcode. The integrated liquid handler must contain onboard random access storage and robotic arm to allow independent operation with option of dockability in future. The integrated liquid handler must be capable of automated, on-the-fly, pipette head swapping between 96, 384, and independent Z (cherry picking). The integrated liquid handler must have ability of continuous pipetting thus that there isn�t time lost for loading/unloading labware. There must be at least 24 additional hotel type storage locations for various pieces of labware. These must be random access. Optimize accordingly to design. The integrated ambient storage system must hold a minimum of 300 pieces of labware to accommodate the entire library collection of 189 plates plus pipette tips, multiple destination plates and also leaves room for future expansion. The automated platform must have reliable and fast delidding and lidding capabilities that can be accessed in portrait and landscape orientation. Ideally doesn�t require house vacuum. The automated platform must run from a dynamic scheduling software and be able to optimize throughput in order to run as many samples as possible and minimize evaporation. The scheduling interface must be user-friendly such that a biologist can potentially create and run their protocol. The scheduling software requires the ability to run custom scripting components in order to track source and destination plate association as well as correlation of aspirations and dispenses from and to specific wells. The scheduling software must be able to fully recover from errors that may occur during a run. Ideally without manual intervention/protocol startover even post a power outage. Robot envelope: Provides user with exceptional reach in x, y, z axis. The robotic arm used on the automated platform will need to have access to all devices with a horizontal reach of at least 450 mm and a vertical reach of at least 750 mm with precision 0.2 mm or less. There must be within 48-hour response time for all issues that can�t be handled remotely. This should include ability to swap out robotic arm in the event of a hardware failure to ensure recovery as quickly as possible. The robotic arm will need to be taught all system positions using a quick and simple process such that a biologist could potentially handle this task. The robotic arm and more specifically gripper/end effector must be customizable to ensure reliable labware handling. The automated platform must be able to have all peripheral devices integrated into a unified scheduling software. It is essential that the automated platform be capable of handling, tracking, and associating all source plates to the appropriate number of destination plates required in a single run. For example, there are 2 destination plates and 1 requires sample transfer (cherry pick) from 4 source plates and the other picks from 3 sources and they have overlap in 2 sources used between them. The automated platform must have - Product accessibility: full access to devices using a turntable or sliding shelves, as needed to support manual operation, to access devices with simplistic cable management is required. The automated platform must have - Modular system design: the ability to easily dock new devices onto the system in 5 minutes. Software must have - User Experience: the software incorporates the latest software technologies to ensure that whether designing protocols, or launching an order, the focus is always on a user-friendly interface, backed up by the highest levels of application reliability. Software must have - Order Interleaving and Scheduling: can run multiple orders in parallel and supports injection of new orders with time or event-based control. Software must have - Gantt Chart Simulations: Fast Gantt Chart simulations with accurate protocol timing data that allows operators to use detailed sample treatment and resource utilization statistics to quantitatively optimize their orders before run-time. Software must have - Sample Input Control: A wide range of sample input control mechanisms can be used to balance throughput and sample treatment for the required application. Software must have - Device Pooling: Supports a wide range of pooling options for all classes of device, even complex liquid handlers. Strategies including �first available�, �round robin� and �fail over� can be defined during protocol design and then dynamically adjusted while orders are live on the system. Software must have - Scripting Components: allows operators to run custom scripting components not embedded into the software. Multiple languages must be supported (for example, Java, VB or .NET), scripts must have access to a number of run time variables including plate number and barcode. Software must have - Ability to be controlled via a restful API. Software must have - Decision Nodes: using the results of a custom script execution to alter a plate�s processing pathway mid-run. Software must have - Plate processing manipulation provides the ability to manipulate assay handling parameters of a specific plate mid-run. Software must have - Device Control: the ability to remove a device from the system during a run to use in standalone mode and then, once action is complete, return the device back into active use on the platform is required. This action must not allow stoppage of the protocol. Overall system design needs to allow future expansion and flexibility to add capability. All vendors must also completed the attached D6 FAR 52.225-2 Buy American Cert. (vii)���Period of Performance: Delivery is to be 16-24 months after receipt of the award (ARO). The Government anticipates award of a Firm Fixed Price contract for this acquisition. (viii)� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses:� https://www.acquisition.gov/browse/index/far �� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021) FAR 52.225-2, Buy American Certificate (Feb 2021) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (ix)� �The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: a. Technical capability of the item offered to meet the Government requirement; b. Price; and c. Past performance [see FAR 13.106-2(b)(3)].� (x)� �The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (xi)� �The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)��The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices. There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiii)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiv)���� Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s), product description, and any other information or factors that may be considered in the award decision. Such factors may include: past performance, special features required for effective program performance, trade-in considerations, probable life of the item selected as compared with that of a comparable item, warranty considerations, maintenance availability, and environmental and energy efficiency considerations. Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria. The price proposal must include the labor categories, an estimate of the number of hours required for each labor category, fully loaded fixed hourly rate or each labor category, breakdown and rationale for other direct costs or materials, and the total amount. The Unique Entity ID (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. All offers must be received by 11:00 a.m., Eastern Daylight/Standard Time, on Friday, June 2, 2023, and reference Solicitation Number 75N95023Q00172CSS. Responses must be submitted electronically to Morgen Slager, Contract Specialist at morgen.slager@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b43ecd683f664bdb91f7643d45ec4a92/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06690039-F 20230524/230522230109 (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 |