Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 01, 2024 SAM #8191
MODIFICATION

66 -- Automated Slide Staining System

Notice Date
4/29/2024 8:38:52 AM
 
Notice Type
Solicitation
 
NAICS
339999 — All Other Miscellaneous Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95024Q00244
 
Response Due
5/2/2024 12:00:00 PM
 
Archive Date
05/17/2024
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
 
Description
ONCORE Pro X Automated slide staining platform. ONCPRX00001 (Brand Name or Equal).� Generic:� Automated Slide Staining System �(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 75N95024Q00244 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 2024-03, with an effective date February 23, 2024. (iv)������ The associated NAICS code is 339999 and the small business size standard is 550 employees. This requirement has no set-aside restrictions. (v)������� This requirement is for the following purchase: ONCORE Pro X Automated slide staining platform. ONCPRX00001 (Brand name or Equal).� Generic: Automated Slide Staining System. All deliverables required under this contract shall be packaged, marked, and shipped in accordance with Government specifications as stated in the list of salient characteristics below. Salient Characteristics:� Shall provide a slide capacity of 36 slides. Shall provide one reagent rack with a maximum of 40 reagent vials. Shall provide an antigen retrieval temperature range from room temperature to 103�C; max 110�C at sea level. Shall provide a multi-dispensing syringe capacity of 5mL. Shall provide a dispensing volume as follows. Antibody: 140uL, Reagent: 65uL min � 400uL max Shall provide a 2L wash buffer carboy. Shall provide 4L hazardous and 4L non-hazardous waste carboys. Shall provide one unit control per computer. Shall provide a footprint size of 36.5 in x 36 in x 24 in / 93 cm x 91 cm x 61 cm with door open. Shall provide an electrical requirement of 120V 110/120V (�10%) 60Hz (�2Hz) 850 watts. Shall provide a voltage tolerance of 100 to 240 AC. Shall provide a minimum operating noise 47.0 dBA, and maximum operating noise 69.6 dBA. Shall provide slide barcode, patient information, staining run reports. Shall provide a HL7 server connection and MSSQL database connection. (vi) ����� The Government anticipates award of a firm fixed-price purchase order for this acquisition. The anticipated delivery to Bethesda, MD is 6-8 weeks after receipt of order (ARO). � (vii)����� 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 (SEP 2023) FAR 52.212-3 Offeror Representations and Certifications � Commercial Items (SEP 2023) FAR 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Certification (May 2014) 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 Items (DEC 2022). 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 incorporated as an attachment. 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 (FEB 2024) The following is also attached and will be incorporated in the final award: NIH Invoicing Instructions with IPP (viii)���� 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; (b) price, and (c) past performance [see FAR 13.106-2(b)(3)]. Technical capability and past performance, when combined, are significantly more important than price. A written notice of award of 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. (ix)������ The Offerors include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (SEP 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. (x) ������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2022), applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xi)������ 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. (xiii) ��� 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 submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at Fred.Ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Solicitation number 75N95024Q00244. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bfe2db438a3d4c21981163b8f0029e44/view)
 
Place of Performance
Address: Bethesda, MD, USA
Country: USA
 
Record
SN07045188-F 20240501/240429230041 (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.