SOLICITATION NOTICE
66 -- Multi-chamber Pump controlled cellular Coagulation/Thrombosis assay device with microscope adapter and analytical software.
- Notice Date
- 12/13/2023 9:57:59 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
- 75N95024Q00043
- Response Due
- 12/20/2023 1:00:00 PM
- Archive Date
- 01/04/2024
- Point of Contact
- Maggie Brant, Phone: 3018271771, KJ Shaikh, Phone: 3014436677
- E-Mail Address
-
maggie.brant@nih.gov, kj.shaikh@nih.gov
(maggie.brant@nih.gov, kj.shaikh@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- COMPETITIVE�COMBINED SYNOPSIS / SOLICITATION Title: Multi-chamber Pump controlled cellular Coagulation/Thrombosis assay device with microscope adapter and analytical software.��� �(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 75N95024Q00043 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. (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2023-06, with effective date 12/4/2023. (iv)������ The associated NAICS code 334516- Analytical Laboratory Instrument Manufacturing and the small business size standard is 1,000 Employees.�� This requirement is set aside for small business. This requirement is for the following, an apparatus for measuring Thrombosis/Clotting in an in vitro environment with model human cells as part of the work for the cardiovascular working group in the Tox21 consortium.� Specifically, a Cellix Venaflux Starter 1.0 with Mirus Evo Pump with multiflow8 (Brand name or equal) for software-controlled flow.� Includes Biochip Frame P Vena8 for Revolve Microscope, Glass Syringe for pump, and tubing kit, power supply and cables.� Training and 2 sets of consumables (20 assays) will be included. One year warranty included.� Generic Name of Product:� Multichamber Pump controlled cellular Coagulation/Thrombosis assay device with microscope adapter and analytical software.��� Salient characteristics The Venaflux Starter kit will include all parts necessary for semiautomated flow-controlled thrombosis/coagulation assays with cultured cells that can be viewed and assayed through a computer connected to an Echo Revolve microscope (microscope is already part of NCATS inventory). Thrombosis, Platelet Adhesions and Aggregation Assays: 2.25 - 450 dyne/cm with�Vena8 Fluoro+ Biochips Cell-ligand & Cell-Cell Rolling, Adhesion & Migration Sear Flow Assays: 0.05 - 10 dyne/cm�� Multiplexed Assays providing equal flow rates in�8 channels of biochips.� This enables�multiple cell types or adhesion molecules to be tested simultaneously comparing different therapeutic treatments. Temperature controlled conditions mimicking physiological conditions with microenvironmental chamber. Cell analysis of % thrombus coverage and number of thrombi: number of cells adhered to protein-coated channels and analysis of rolling velocities of cells Programmable with PC controlled software enabling executing of customize protocols.� Included one year warranty. Delivery Quantity: One kit with 2 consumable items packages Quantity 1- Cellix Venaflux Starter 1.0 with Mirus Evo Pump with multiflow8 (Brand Name or Equal) Quantity 2-Consumable items packages Training for the Assay Device Delivery (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 30 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9800 Medical Center Drive, Building C, Rockville, MD 20850. (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 Products and Commercial Services (Sep 2023) FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Nov 2023) FAR 52.225-2, Buy American Certificate (Oct 2022) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far���� https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html� (End of clause) The following clauses apply to this acquisition and are incorporated by reference: 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 (Nov 2023). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (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, 52.204-26, and 52.225-2 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 (Dec 2023) FAR 52.225-2, Buy American Certificate (Oct 2022) NIH Invoice and Payment Provisions (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), applies to this acquisition and is included as an attachment.� (a) 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. The following factors shall be used to evaluate offers: (i) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (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.� (x)������� Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services (Nov 2023), 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 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. (xii)����� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xii)����� 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.� Each quote must state whether each item quoted is a domestic and/or foreign end product. All items in the purchase description must be quoted to be considered responsive. 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 questions must be received by 4:00 p.m., EST, on Monday, December 18, 2023, and reference Solicitation Number 75N95024Q00043. Questions may be submitted electronically to Maggie Brant, Contract Specialist, maggie.brant@nih.gov. All quotations must be received by 4:00 p.m., EST, on Wednesday, December 20, 2023, and reference Solicitation Number 75N95024Q00043. Responses must be submitted electronically to Maggie Brant, Contract Specialist, maggie.brant@nih.gov. Fax responses will not be accepted ATTACHMENTS Purchase Description 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 52.212-4 Addendum FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes Executive Orders�Commercial Items (Dec 2023) FAR 52.225-2, Buy American Certificate (Oct 2022) NIH Invoice and Payment Instructions with IPP
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/6e103f60074d46caabfe41370a035aaa/view)
- Place of Performance
- Address: Rockville, MD 20850, USA
- Zip Code: 20850
- Country: USA
- Zip Code: 20850
- Record
- SN06911613-F 20231215/231213230045 (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 |