Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2009 FBO #2821
SOLICITATION NOTICE

66 -- RECOVERY - TECAN DNA Small Sample Store (SSS), an automated repository. - Sources Sought Notice

Notice Date
8/13/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423450 — Medical, Dental, and Hospital Equipment and Supplies Merchant Wholesalers
 
Contracting Office
Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 6120 Executive Blvd., EPS Suite 600, Rockville, Maryland, 20852
 
ZIP Code
20852
 
Solicitation Number
RFQ-NCI-90123-NG
 
Archive Date
9/11/2009
 
Point of Contact
Malinda L Holdcraft, Phone: (301) 402-4509, Caren N Rasmussen, Phone: (301) 402-4509
 
E-Mail Address
holdcram@exchange.nih.gov, cr214i@nih.gov
(holdcram@exchange.nih.gov, cr214i@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
RECOVERY - Sources Sought Notice: SS-NCI-90123-NG RECOVERY Sources Sought number: SS-NCI-90123-NG Solicitation number: RFQ-NCI-90123-NG DUE DATE: August 27, 2009 The National Cancer Institute (NCI) plans to procure the TECAN DNA Small Sample Store (SSS), an automated repository. This project is funded through the American Recovery and Reinvestment Act of 2009 (ARRA) and is subject to the reporting requirements of the act. This is a combined synopsis/solicitation for commercial items using simplified acquisition procedures and prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-90123-NG includes all applicable provisions and clauses in effect through FAR FAC 2005-34 (July 2009) for commercial items using simplified procedures. The North American Industry Classification System Code is 423450 and the business size standard is 100 employees. Only one award will be made as a result of this solicitation. DESCRIPTION: CLIN-001: Product Number: us1481-PS(A) Description:DNA Sample Processing Workcell Quantity: One each CLIN-002: Product Number: N/A Description: Integration of instrument Quantity: One each CLIN-003: Product Number: N/A Description: Shipping/Handling/Freight Inside delivery Quantity: One each Contractor shall provide the Tecan DNA Small Sample Store (SSS) with the following: Sample Handling Capabilities: The Tecan DNA SSS must: 1.1.) be capable of handling and manipulating REMP 900MVP racks, 1.2.) be capable of reading and reporting both 1D and 2D barcodes for database interactions within the Laboratory and the CGF, 1.3.) be capable of both storing and retrieving REMP 900MVP racks and its associated sample tubes while keeping a log as to who requested the sample, where the sample was pulled from and to what position was the sample returned, 1.4.) be capable of reading the integrated 2D barcode on the bottom of each REMP 900MVP sample tube within a REMP 900MVP rack, 1.5.) be able to re-array the REMP 900MVP sample tubes within a defined REMP 900MVP rack, between defined REMP 900MVP racks and to create new sample configurations in REMP 900MVP racks, 1.6.) be able to replace REMP 900MVP sample tubes back into their original REMP rack locations once the Laboratory’s activities have been completed, 1.7.) be capable of recording the volume of each sample tube within the REMP 900MVP racks while keeping track of the volumes taken and the volumes that remain in each of the sample tubes, 1.8.) be capable of defragmenting its inventory in terms of REMP900MVP racks and REMP 900MVp sample tubes by criteria such as project specific, cohort specific, work list specific, frequency of use specific, REMP 900MVP sample tube volume specific criteria through the use of a source and destination rack arrangement, 1.9.) be expandable in the future to be able to accept and deliver the updated SBS formatted higher volume racks from REMP, 1.10.) be able to deliver to and accept from the Tecan EVO robot the REMP racks outlined above. 1.11.) be capable of storing and manipulating 500 REMP 900MVP racks. Data Management: The SSS software operating system must: 2.1.) be capable of integration with the existing Tecan EVOware Plus Operating System of the Tecan robot and allow for a duplex communication protocol allowing for the Tecan robot to send and receive data relating to tube position within a REMP rack, REMP rack position within the system, volume taken, volume remaining and temperature tracking, 2.2.) be capable of handling queries from the outside (direct interface) and from the Tecan EVO robot, 2.3.) have been previously integrated successfully with a Tecan EVO robotic fluid handling robot utilizing EVOWare Plus software, 2.4.) be proven to be a fully integrated software package with the error codes, status checks and Tecan EVO operations able to be understood and handled by the system, 2.5.) be able to generate reports on demand that summarize REMP rack activities, REMP sample tube activities, temperature histories and inventories, Operational Capabilities: The SSS must operate under the following characteristics: 3.1.) be capable of walk away operations to include off-hours in preparation for the following day, 3.2.) be capable and proven to hold and operate with an internal temperature of +4°C, 3.3.) be a commercially available product with a history within the automated repository field and not a one-of or prototype product. • Prove functionality of the individual modules and the coordination of the entire system. • Provide training on the operation of the system as a part of the installation. • Provide service and support for the SSS system and other products for a period of one year from the time of the site acceptance test has been passed at no additional charge to the government. 4.1) Contractor shall integrate the Tecan DNA SSS with the EVO200 system. DELIVERY: Contractor shall deliver the item within 18 weeks after award to: NIH/NCI Frederick. Complete mailing address and point of contact information shall be provided upon award. Upon delivery, contractor must notify the NCI Project Officer to schedule the delivery date and time. INSTALLATION: Contractor shall install the equipment and have ready to use within seven (7) days after delivery. TRAINING: Contractor shall provide training by the manufacturer (at no additional cost to the Government) on proper use of equipment, software and related use for at least three (3) NCI researchers at NCI location within one week of installation. Contractor must schedule training date(s) and time with the NCI Project Officer. SERVICE AND SUPPORT: Contractor shall provide service and support for the Tecan DNA SSS instrument for a period of one year from date of installation at no additional charge to the government. WARRANTY: Contractor shall provide and support the manufacturer’s standard commercial warranty for the TECAN DNA SSS and it components. PAYMENT: Payment shall be made after delivery, installation, and training upon Government acceptance. BASIS FOR AWARD: Award will be made, subject to available funding and quoter responsibility, to that acceptable quote, the price or cost of which is not necessarily the lowest, but which is sufficiently more advantageous to the Government than the lowest offer so as to justify the payment of additional amounts, based on the evaluation criteria described in this section. This section shall describe technical information that the offeror’s provides. The technical response should clearly and fully demonstrate the offeror’s capabilities, knowledge, and experience regarding the technical requirements described below. Failure to respond explicitly to each of the categories and subcategories listed below may result in the offeror’s quotations being deemed technically unacceptable. TECHNICAL CRITERIA: Offeror must have successfully integrated at least 3 REMP SSS’s with a Tecan EVO200 or EVO150 within the last 3 years. This must be documented with references and contact information. Offeror must have successfully installed at least 3 SSS-EVO integrated systems from Installation Qualification, Operational Qualification through Performance Qualification within the last 3 years. This must be documented with references and contact information. Offeror must certify that they have the ability to field support, both the hardware and the software of the integrated SSS-EVO system by providing the names of the individuals that are Tecan certified. The government will verify with Tecan’s Quality Group the status of each person identified for certification. PAST PERFORMANCE: The Government will evaluate the offeror's past performance 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. 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 Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in the offeror's performance. The lack of a performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. The past performance subfactors are listed below in order of relative importance. These subfactors will be used to evaluate the quality of past performance. Past Performance Subfactors: • Record of conforming to specifications and to standards of good workmanship; • Adherence to contract schedules, including the administrative aspects of performance; • Reputation for reasonable and cooperative behavior and commitment to customer satisfaction and; • Business-like concern for the interest of the customer. Offeror must identify their staff that has experience in training in the use of the SSS-EVO integrated system. This must be documented through references and contact information of customers that have been trained. Offeror must provide a list of at least 3 of their customers for which they have integrated and installed a SSS-EVO system as references together with their contact information. Offeror must provide the documentation from at least 3 Factory Acceptance Tests (FAT) or Site Acceptance Tests (SAT) involving a SSS-EVO integrated system performed within the last 3 years together with reference information for each submitted tests. FORMAT AND INFORMATION FOR SUBMITTING A QUOTATION: Please submit ONE (1) original plus three (3) copies of entire quotation. Please mark original as “ORIGINAL” and copy as “COPY.” Please submit responses in TWO SEPARATELY BOUND VOLUMES VOLUME 1: CONTRACT AND PRICING DOCUMENTS • Signed SF1449 (page 1, blocks 12, 17a, 21, 23, 24, 30a, 30b and 30c and other pricing information). • Signed amendments (if applicable). • Representations and Certifications (Contractors must have valid certification/registration in the Central Contractor Registration (CCR) and the Online Representations and Certifications Applications (ORCA) in order to receive an award). Please provide a copy of each, the CCR and ORCA registrations. VOLUME 2: TECHNICAL FACTORS: • Technical Criteria • Past Performance Faxed or electronic mail submissions of quotations, will not be accepted. Quotation packages shall be mailed or delivered to: National Cancer Institute – Office of Acquisition; Attn: Malinda Holdcraft, Contract Specialist; 6120 Executive Boulevard Room 6072; Rockville, Maryland 20852-7194 ALL QUESTIONS REGARDING THIS SOLICITATION SHALL BE ADDRESSED TO MALINDA HOLDCRAFT, CONTRACT SPECIALIST, VIA ELECTRONIC MAIL AT HOLDCRAM@EXCHANGE.NIH.GOV. DUE DATE OF SOLICITATION: QUOTATION must be received in the NCI-OA contracting office by 11:00 AM on August 27, 2009. SOLICITATION number RFQ-NCI-90123-NG MUST be referenced on all correspondence. PROVISIONS AND CLAUSES: The following FAR provisions and clauses apply to this acquisition: RECOVERY FAR Clauses applicable: 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009. (March 2009); 52.204-11, American Recovery and Reinvestment Act--Reporting Requirements (March 2009); 52.215-2 ALT I, Audit and Records—Negotiation. (March 2009). FAR clause 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (June 2008); FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (February 2009) WITH DUNS NUMBER ADDENDUM {52.204-6 (July 2009}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS – COMMERCIAL ITEMS (March 2009); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (June 2009). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)). 52.219-14, Limitations on Subcontracting (DEC 1996) (15 U.S.C. 37(a)(14)). 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor 52.222-19, Child Labor-Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities 52.222-26, Equal Opportunity 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-36, Affirmative Action for Workers with Disabilities 52.222-37, Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (DEC 2004) (E.O. 13201). 52.223-15, Energy Efficiency in Energy-Consuming Products 52.225-5, Trade Agreements (Nov 2007) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer–Central Contractor Registration 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI OA Internet website at http://amb.nci.nih.gov or from Malinda Holdcraft, Contract Specialist at holdcram@exchange.nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/RFQ-NCI-90123-NG/listing.html)
 
Record
SN01911487-W 20090815/090814001515-c699278fa15588b7a38007a65de9bd55 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.