SOLICITATION NOTICE
66 -- Becton, Dickinson & Company BD FACSCelesta� or Equal
- Notice Date
- 8/31/2023 7:37:03 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
- 75N95023Q00662
- Response Due
- 9/5/2023 12:00:00 PM
- Archive Date
- 09/20/2023
- Point of Contact
- Rieka Plugge
- E-Mail Address
-
rieka.plugge@nih.gov
(rieka.plugge@nih.gov)
- Description
- 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. The solicitation number is 75N95023Q00662 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-04, with effective date 06/02/2023. The associated NAICS code 334516 Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions. The purpose of this requirement is to procure a quantity of one (1) Becton, Dickinson & Company BD FACSCelesta� or equal flow cytometer analyzer system for the Neurosurgical Oncology Unit (NOU) within the National Institute of Neurological Disorders and Stroke (NINDS), Division of Intramural Research (DIR). A flow cytometer analyzer system is needed for cell sorting and cell function analysis in order for NINDS principal investigators (PIs) and scientific staff to continue its ongoing research critical to its NINDS Mission.� For complete details and specifications, refer to the Purchase Description (Attachment 1). Price Schedule Line Item: 0001 Item: BD FACSCelesta� Part #: FACSCelesta Standard Quantity: One (1) Total Price: $__________ OR Line Item: 0001A Item:� Equal Product Equipment Name, warranty, installation and training __________ Part #: __________ Quantity: One (1) Total Price: $__________ Total Quoted Price: $__________ The Government intends to issue a firm-fixed price purchase order. Delivery is within 90 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance is: Neurosurgical Oncology Unit, NINDS, NIH Building 10 / Room 3D20 10 Center Drive Bethesda, MD 20892 FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) 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 this/these address(es): https://www.acquisition.gov/ https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/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 Products and Commercial Services (MAR 2023) FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (DEC 2022) FAR 52.214-34 Submission of Offers in the English Language (APR 1991) FAR 52.214-35 Submission of Offers in U.S. Currency (APR 1991) FAR 52.222-22 Previous Contracts and Compliance Reports (FEB 1999) FAR 52.225-4 Buy American-Free Trade Agreements-Israeli Trade Act Certificate (OCT 2022)-Alternate II (DEC 2022) FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications (JUN 2020) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) (See Attachment 2) FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses 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. Also, the full text of a clause may be accessed electronically at this/these address(es): https://www.acquisition.gov/ https://www.hhs.gov/grants-contracts/contracts/contract-policies-regulations/hhsar/part-352-solicitation-provisions-contract-clauses/index.html (End of clause) The following clauses apply to this acquisition and are incorporated by reference (IBR): FAR 52.204-13, System for Award Management Maintenance (OCT 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (AUG 2020) FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (DEC 2022). Addendum to this FAR clause applies to this acquisition and is attached. FAR 52.225-3 Buy American-Free Trade Agreements-Israeli Trade Act (DEC 2022)-Alternate II (Dec 2022) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) (See Attachment 2) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 2015) (See Attachment 2) 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 in accordance with FAR 4.2103 Procedures and submit with its quotation. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (See Attachment 3) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (See Attachment 3) FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JUN 2023) (See Attachment 4) NIH Invoice and Payment Provisions with IPP (Updated MAR 2023) (See Attachment 5) The provision at FAR 52.212-2 Evaluation�Commercial Products and Commercial Services (NOV 2021), applies to this acquisition. Evaluation shall provide a price preference for domestic end products for which the Government will evaluate offers in accordance with the policies and procedures of part 25 of the Federal Acquisition Regulation. (a) The Government will make an award resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government on the basis of lowest price technically acceptable. Technical acceptability will be evaluated based upon the following: The Offeror must include the band name item, Becton, Dickinson & Company BD FACSCelesta� or Equal Flow Cytometer Analyzer System as detailed in the purchase description in its quotation. Or Equal equipment must meet or exceed each salient characteristic in the purchase description and in the table below. Salient characteristics: The salient physical, functional, or performance characteristics that �equal� products must meet are as follows:� � �� The flow cytometer analyzer system must have 3 lasers, which has 14 parameters with 12 colors. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have state of the art fiber optics to carry the light/fluorescent signal from the flow cell for the PMTs. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have a polygon optical arrangement and 3 pinholes for up to 3 lasers. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have easily replaceable optical filters and mirrors for experimental flexibility. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have sensitivity of <30 MESF-PE, <80 MESF-FITC and <75 MESF-APC that can perform real-time statistics with software, which must have the CS and T software for standardizing and QC the instrument (such as Cytometer Setup and Tracking software). Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must fully automate the QC of numerous parameters and alerts the user if a parameter does not meet specification and tracks the QC parameters over time. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have capability of analyzing at least 30 logical gates. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have digital electronics with acquisition speeds of 25000 events per second. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must use continuous flow of sheath fluid, no syringe-based systems, for looking at unlimited data volume or rare event analysis. Yes/No _____ Comment/Reference _____ The flow cytometer analyzer system must have up to 20-liter capacity for sheath fluid and waste thus allowing the user to run the unit for long periods of time without needing to add Sheath fluid doing long runs may be added post installation. Yes/No _____ Comment/Reference _____ Service technicians and engineers must be BSL-3 and Original Equipment Manufacturer (OEM) certified for its on-site installation, set-up and training of the flow cytometer analyzer system. Yes/No _____ Comment/Reference _____ Extended warranty for all electronic, optical and mechanical components will be free from defects shall be at least five (5) year from the date of installation and inspection and acceptance by the Government for the flow cytometer analyzer system. Warranty service shall include trouble-shooting capabilities based on complete knowledge of the entire system. Warranty shall not include routine or periodic maintenance services. Yes/No _____ Comment/Reference _____ In addition to completing the table above, the respondents must provide brochures and/or published technical specifications that provide evidence of an equal equipment�s ability to meet the all requirements and specifications in the purchase description. (b) Options. � Not applicable and will not be evaluated. (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Offerors shall include a completed copy of the provision at FAR 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services (DEC 2022), with its offer (Attachment 3). 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. The clause at FAR 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services (DEC 2022), applies to this acquisition and is incorporated by reference. Addendum to this FAR clause applies to this acquisition and is attached (Attachment 2). There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. 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. 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. Respondents proposing on an equal product of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.� The Unique Entity ID from SAM.gov, 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 quotations must be received by 3:00 P.M., Eastern Daylight/Standard Time, on Tuesday, September 5, 2023, and reference Solicitation Number 75N95023Q00662. Responses must be submitted electronically to Rieka Plugge at rieka.plugge@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, please contact the Contracting Officer on (301) 827-7515 or at rieka.plugge@nih.gov. �� Attachments: Attachment 1�������������� Purchase Description Attachment 2�������������� Additional Terms and Conditions Attachment 3�������������� Offeror Representations and Certifications Attachment 4�������������� FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (JUN 2023) Attachment 5�������������� NIH Invoice and Payment Provisions with IPP (Updated MAR 2023)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/92a31eb322764c2bb1fc4c986f515a6f/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN06815684-F 20230902/230831230105 (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 |