SOLICITATION NOTICE
66 -- Inverted Confocal Microscope System
- Notice Date
- 5/31/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333314
— Optical Instrument and Lens Manufacturing
- Contracting Office
- Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 3900 NCTR Road, HFT-320, Bldg 50 | Rm 421, Jefferson, Arkansas, 72079, United States
- ZIP Code
- 72079
- Solicitation Number
- 1115958
- Archive Date
- 7/5/2013
- Point of Contact
- Marcia O Park, Phone: (870) 543-7405
- E-Mail Address
-
marcia.park@fda.hhs.gov
(marcia.park@fda.hhs.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation, quotes are being requested and a written solicitation will not be issued. The solicitation number is 1115958 and is issued as a Request for Quotation (RFQ). The provisions and clauses incorporated in this document are those in effect through Federal Acquisition Circular (FAC) 2005-66 dated April 1, 2013. The NAICS code for this acquisition is 333314 - Optical Instrument and Lens Manufacturing with a small business size standard of 500 employees. This acquisition is not set aside for small businesses. Statement of Need: The Food and Drug Administration's Center for Biologics Evaluation and Research Laboratory of Cellular Hematology (FDA/CBER/LCH) evaluates the effects of nanomaterials on blood platelets; blood platelets are very small cells (~5 x smaller than other cells). Therefore studies on platelets require imaging devices with very high resolution. Typically, these highly function imaging devices are confocal microscopes that operate with high quality/resolution optics (objectives, pinholes, photomultiplier, cameras, etc.). In order to achieve the Laboratory's mission, LCH has recently purchased several high resolution objectives (40x, 63x, and 100x magnification oil objectives), dichroic interference contrast prisms (DIC) and imaging deconvolution software manufactured by Zeiss. Deconvolution software mathematically reads the optical characteristics of the laser-beam used in microscopy, as well as corrects irregular optical aberrations. Minimum System Requirements:. System shall have space efficient footprint - maximum dimensions of 4 ft. x 6 ft. x 3 ft. and run US standard voltage requirement (110 volts - 120 volts). Device shall be capable of imaging live cells (sized below 3 microns). Instrument shall have solid state lasers of 635 nm, 555 nm and 488 nm (industry standards). Device shall be compatible with already purchased Zeiss objectives 40x, 63x, and 100x, DICs and imaging deconvolution software. Instrument shall have "inverted" configuration, Zeiss LSM 700 RGB 2 channel ZEN 2012 or equal, and accessories. Instrument shall be classified as a confocal fluorescence microscope. Device shall be able to detect green, red and deep red fluorescently labeled cells. System shall include all required software, firmware and accessories. Access to technical support via email for 12 months from date of acceptance of equipment. On site installation. One year warranty. System training for 2 users Minimum Post-Warranty Annual Maintenance requirements:. Minimum of one preventive maintenance visit per year. Unlimited corrective repairs with 2 day on-site response time. Service agreement includes all labor, parts and travel. Telephone and email support for application technical support. All items utilized for repair and/or maintenance shall be new or true factory remanufactured OEM parts; service shall be accomplished by OEM certified technicians. Unlimited firmware and software upgrades (non-elective) System shall be delivered complete, installed and training conducted within 90 days of award. Delivery (inside), installation and training shall be to/at the following address: maintenance shall also be performed at the same address. FDA/CBER/LCH NIH Campus 8800 Rockville Pike Building 29, Room 331 HFM-335 Rockville, MD 20892 PRICING SCHEDULE (FOB DESTINATION) Firm Fixed Price 1. Inverted Confocal Microscope 1 each ________________ System, meeting all specifications Stated above 2. Annual Preventive Maintenance 1 year ________________ Option Year One (Period of Performance to be Established upon acceptance of Equipment) 3. Annual Preventive Maintenance 1 year ________________ Option Year Two (Period of Performance to be Established upon acceptance of Equipment) 4. Annual Preventive Maintenance 1 year ________________ Option Year Three (Period of Performance to be Established upon acceptance of Equipment) 5. Annual Preventive Maintenance 1 year ________________ Option Year Four (Period of Performance to be Established upon acceptance of Equipment) Contract Clauses The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Feb 2012) applies to this solicitation. The following addenda apply: Addendum to Paragraph (b)(8) Representations and Certifications - This solicitation is being issued under the premise that the Contractor will certify that the service it will propose to fulfill this requirement is exempt from the Service Contract Act per the conditions set forth in FAR 52.222-48 and FAR 222.1003-4(c). If this is the case and the Contractor certifies that it is exempt under the terms and conditions of 52.222-48, then clause 52.222-51 will flow per usual from this solicitation to the resulting order. In the event that a Contractor does not make this certification, traditional Service Contract Act clauses 52.222-41 and 52.222-43 shall be included in the resulting order award as well as Wage Determinations WD05-2103 (Rev 12) http://www.wdol.gov/wdol/scafiles/std/05-2103.txt?v=12. Accordingly, in addition to completing the representations and certifications at FAR 52.212-3(b), the Contractor's proposal shall also clearly show that the Contractor has selected the appropriate certification under FAR 52.222-48 which follows: 52.222-48 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment Certification. (Feb 2009) (a) The offeror shall check the following certification: CERTIFICATION The offeror ____ does ____ does not certify that- (1) The items of equipment to be serviced under this contract are used regularly for other than Government purposes, and are sold or traded by the offeror (or subcontractor in the case of an exempt subcontractor) in substantial quantities to the general public in the course of normal business operations; (2) The services will be furnished at prices which are, or are based on, established catalog or market prices for the maintenance, calibration, or repair of equipment. (i) An "established catalog price" is a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or the offeror, is either published or otherwise available for inspection by customers, and states prices at which sales currently, or were last, made to a significant number of buyers constituting the general public. (ii) An "established market price" is a current price, established in the usual course of trade between buyers and sellers free to bargain, which can be substantiated from sources independent of the manufacturer or offeror; and (3) The compensation (wage and fringe benefits) plan for all service employees performing work under the contract are the same as that used for these employees and equivalent employees servicing the same equipment of commercial customers. (b) Certification by the offeror as to its compliance with respect to the contract also constitutes its certification as to compliance by its subcontractor if it subcontracts out the exempt services. If the offeror certifies to the conditions in paragraph (a) of this provision, and the Contracting Officer determines in accordance with FAR 22.1003-4(c)(3) that the Service Contract Act- (1) Will not apply to this offeror, then the Service Contract Act of 1965 clause in this solicitation will not be included in any resultant contract to this offeror; or (2) Will apply to this offeror, then the clause at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, in this solicitation will not be included in any resultant contract awarded to this offeror, and the offeror may be provided an opportunity to submit a new offer on that basis. (c) If the offeror does not certify to the conditions in paragraph (a) of this provision- (1) The clause in this solicitation at 52.222-51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements, will not be included in any resultant contract awarded to this offeror; and (2) The offeror shall notify the Contracting Officer as soon as possible, if the Contracting Officer did not attach a Service Contract Act wage determination to the solicitation. (d) The Contracting Officer may not make an award to the offeror, if the offeror fails to execute the certification in paragraph (a) of this provision or to contact the Contracting Officer as required in paragraph (c) of this provision. (c) Period for Acceptance of Offers. The offeror agrees to hold prices firm through September 30, 2013. It is the offeror's responsibility to monitor www.FBO.gov for the release of any amendments to this combined synopsis/solicitation. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a)The Government will award a contract resulting from this solicitation to the lowest priced, technically acceptable offeror. In addition to completing the Pricing Schedule, price proposals shall detail every component making up the system, identify offeror's catalog number, description, quantity, unit price, and extended amount. Brochures and other technical literature demonstrating that offered equipment and services unequivocally meets the specifications shall be included with your response. (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. FAR 52.212-3 is incorporated by reference. Offerors shall submit a completed copy of the Representations and Certifications with their offer (See also FAR 52.212-1(b)). FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2012) is incorporated by reference. The following addenda apply. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-7 Central Contractor Registration (Dec 2012) (1) FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000) (a)...within 1 day... at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension. (c)... shall not exceed 4 years, exclusive of the delivery, installation, training and warranty period. FAR 52.232-18 Availability of Funds (Apr 1984) HHSAR 352.202-1 Definitions (Jan 2006) HHSAR 352.203-70 Anti-lobbying (Jan 2006) HHSAR 352.222-70 Contractor Cooperation in Equal Employment Investigations (Jan 2010) HHSAR 352.223-70 Safety and Health (Jan 2006) HHSAR 352-231-71 Pricing of Adjustments (Jan 2001) HHSAR 352.242-71 Tobacco-Free Facilities (Jan 2006) Service Records and Reports The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the contractor shall provide monthly reports to the FDA COR and Contract Specialist, not later than the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) for the previous month; negative reports are required. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2013) applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: (b) 52.203-6, 52.204-10, 52.209-6, 52.209-10, 52.219-4, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.223-18, and 52.232-33. (c) 52.222-51 FAR and HHSAR clauses and provisions incorporated by reference may be obtained by accessing https:www.acquisition.gov/far/ and http://www.farsite.hill.af.mil/VFHHSAR1.htm. Invoice Submission A. The Contractor shall submit all invoices in accordance with the following instructions below (acceptable methods of delivery include email, mail, and hand delivery): An original and two (2) copies shall be submitted to: Attn: Marcia Park, Contract Specialist Food and Drug Administration Jefferson Laboratories Complex National Center for Toxicological Research Office of Acquisitions & Grants Services, HFT-320 3900 NCTR Road, Bldg 50, Rm 430 Jefferson, AR 72079-9502 Email: marcia.park@fda.hhs.gov One copy of the invoice shall be submitted to the Project Officer/Contracting Officer's Representative, clearly marked "Courtesy Copy Only" to: [To be identified at time of award] B. Invoices submitted under this contract must comply with the requirements set forth in FAR Clauses 52.232-25 (Prompt Payment) and 52.232-33 (Payment by Electronic Funds Transfer - Central Contractor Registration) and/or other applicable FAR Clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following: (i) name and address of the contractor; (ii) invoice date and invoice number; (iii) purchase order/award number; (iv) description, quantity, unit of measure, unit price, and extended price supplies delivered or services performed, including: (a) period of performance for which costs are claimed; (b) itemized travel costs, including origin and destination; (c) any other supporting information necessary to clarify questionable expenditures; (v) shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on government bill of lading; (vi) terms of any discount for prompt payment offered; (vii) name and address of official to whom payment is to be sent (must be the same as that in the purchase order/award, or in a proper notice of assignment); (viii) name, title, and phone number of person to notify in event of defective invoice; (ix) taxpayer identification number (TIN); (x) electronic funds transfer (EFT) banking information, including routing transit number of the financial institution receiving payment and the number of the account into which funds are to be deposited; (xi) name and telephone number of the FDA Project Officer/Contracting Officer's Officer Representative or other program center/office point of contact, as referenced on the contract/order; and (xii) any other information or documentation required by the contract/order. C. An electronic invoice is acceptable if submitted in adobe acrobat (pdf) format. All items listed in (i) through (xii) of this clause must be included in the electronic invoice. Electronic invoices must be on company letterhead and must contain no ink changes and be legible for printing. D. Questions regarding invoice payments should be directed to the FDA payment office at: Food and Drug Administration Attn: Vendor Payments, OFS FDA 3900 NCTR Road, HFT-324 Building 50, Rm 620 Jefferson, AR 72079-9502 nctrinvoices@fda.hhs.gov All responsible sources may submit a proposal, which if timely received, shall be considered. The proposal shall reference Solicitation number 1115958. Proposals are due in person, by postal mail or email to the point of contact listed below on or before 1:00 P.M. CST, June 20, 2013, Jefferson, AR, at the Food and Drug Administration, OO/OFBA/OAGS, Attn: Marcia E. Park, 3900 NCTR Road, HFT-320, Jefferson, AR 72079-9502. For information regarding this solicitation, please email Marcia Park at marcia.park@fda.hhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/NCTR/1115958/listing.html)
- Place of Performance
- Address: FDA/CBER/LCH, NIH Campus, 8800 Rockville Pike, Building 29, Room 331, HFM-335, Rockville,, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03076984-W 20130602/130601000604-8e5ec9669a2062cf139c9849582cd830 (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 |