SOLICITATION NOTICE
66 -- Flexcell FX5000 Tissue Train Culture System
- Notice Date
- 8/9/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Heart, Lung and Blood Institute, Rockledge Dr. Bethesda, MD, Office of Acquisitions, 6701 Rockledge Dr RKL2/6100 MSC 7902, Bethesda, Maryland, 20892-7902
- ZIP Code
- 20892-7902
- Solicitation Number
- NHLBI-CSB-HL-2013-244-RRJ
- Archive Date
- 8/20/2013
- Point of Contact
- Robin Jeffries, Phone: 3014350376
- E-Mail Address
-
robin.jeffries@nih.gov
(robin.jeffries@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i) THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6-STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS-AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED, AND A WRITTEN SOLICITATION DOCUMENT WILL NOT BE ISSUED. THE SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. (ii) This solicitation is a Request for Quotation (RFQ). (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-69. (iv) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 employees, however, this requirement is unrestricted and all interested quoters may submit a quotation. (v) The National Heart Lung and Blood Institute, National Center for Advancing Translational Sciences, NCATS, seeks to procure a Flexcell International Corporation mechanical loading system. The mechanical loading system is a method for culture and mechanical loading of cells in a linear 3D matrix. Cells require an appropriate regimen of mechanical deformation to maintain a set point of intrinsic strain. The benefit of the Tissue Train is that it adds dynamic strain as well as cultures cells in a 3D environment. This more closely simulates a native environment than a static 2D culture method. This system with a user-­‐defined program allows for mechanical load, and the user can monitor the cell shape, organization, migration, division, gene expression, protein expression/secretion, mediator secretion DNA, and protein synthesis in the gels. The matrix is also coated with nylon mesh anchors for improved cell attachment. This purchase is necessary for tissue culture experiments in the laboratory for current research projects. This acquisition is restricted to the brand name only. Only Flexcell International Corporation equipment shall be considered for award. Flexcell International Corporation equipment is proprietary and uses proprietary technology and methods and is protected by both United States and International patents. All interested Contractors shall provide a quote for the following line items: Line Item 0001: Quantity One (1) each, Flexcell International Corporation - Flexcell FX5000 Tissue Train Culture System (Item No. FX-5000TT) includes: 1. Dell Desktop computer specifically designed to work with the Flexcell system with monitor, mouse, and keyboard. Desktop computer to include: a. Intel core 2 duo E7200/2.53 GHZ, 3M, 106FSB b. 160GB, 3.0 GB/s hard drive c. Vista business downgrade to Windows XP SP3 d. Network: 1 onboard 10/100/1000; 1 PCIE 10/100/1000 e. Intel integraded video 2. FX5000 Tension Flexlink Controller; 3. FlexSoft FX5000 software, installed; 4. FX5000 Tissue Traine System Baseplate Kit; a. Tissue train baseplate and gasket set with acrylic window; b. Tissue train arctangle loading stations; c. Tissue train tough loaders; d. Manuals, grease e. 4 sample tissue train plate 5. FX5000 tension system tubing and adaptor kit a. 1 drying filter b. 2 water traps c. Flex in, flex out, vacuum source tubing d. Associated peripherals (vi) The Contractor shall provide a minimum of a twelve (12) month warranty for the equipment. The warranty shall include all parts and labor. (vii) Delivery shall be completed not later than 10 weeks after receipt of an order. Delivery terms shall be FOB Destination. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. The contractor shall deliver all line items to NIH, 9800 Medical Center Drive, NIST, Building 9800, Room 3005, Bethesda, MD 20892. (viii) FAR clause 52.212-1, Instructions to Offerors - Commercial Items is applicable to this RFQ. The Offer shall include all documents as cited in the clause. An addendum is not applicable to this provision. (ix) FAR clause 52.212-2, Evaluation - Commercial Items is applicable to this RFQ. (x) FAR 52.212-3, Offeror Representations and Certifications - Commercial Items is applicable to this RFQ. (xi) FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to applies to this RFQ as well as the resulting purchase order. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, including the following subparagraphs, applies to this RFQ as well as the resulting purchase order: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.209-6, Protecting the Government Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.219-28, Post Award Small Business Program Representation; 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; 52.222-36, Affirmative Action for Workers with Disabilities; 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; 52.225-1, Buy American Act-Supplies; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration; 52.211-6 Brand Name or Equal. (xiii) The Contractor shall provide a minimum of a twelve (12) month warranty for the equipment. The warranty shall include all parts and labor. (xiv) The Defense Priorities and Allocations System (DPAS) and assigned rating, is not applicable to this RFQ. (xv) The Government intends to award a single purchase order from this solicitation. The Government reserves the right not to award a purchase order. Evaluation of Quote: The Government reserves the right to make an award without discussions based solely upon initial quotes. Award shall be made to the lowest priced, technically acceptable offeror. The Government will evaluate quotes based on the following evaluation criteria: A) Technical Capability; B) Past Performance and C) Price. Price shall not be evaluated on quotes that are determined technically unacceptable in accordance with the Technical Evaluation factors. TECHNICAL EVALUATION FACTORS: A) TECHNICAL EVALUATION FACTOR: Demonstrate capability to provide the Flexcell International Corporation Flexcell FX5000 Tissue Train Culture System and all identified components listed above. B) PAST PERFORMANCE: The offeror's past performance information will be evaluated subsequent to the technical evaluation. However, this evaluation will not be conducted on any offeror whose quote is determined to be technically unacceptable. The evaluation will be 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 assessment of performance risk is not intended to be a product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers relevant information. When assessing performance risks, the Government will focus on the past performance of the offeror as it relates to all acquisition requirements, such as the offeror's record of performing according to specifications, including standards of good workmanship; the offeror's record of controlling and forecasting costs; the offeror's adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the interest of the customer. 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 relevant performance record may result in an unknown performance risk assessment, which will neither be used to the advantage nor disadvantage of the offeror. C) PRICE: An evaluation of the offeror's quoted price will be evaluated for price reasonableness. Price reasonableness determinations will be made by determining if competition exists, by comparing proposed prices with established commercial and/or by comparing proposed prices with the Independent Government Cost Estimate (IGCE). The Government may reject any and all offers if such action is deemed necessary. The Government may also waive informalities and minor irregularities in the offers received. (xvi) All quoters shall submit the following: 1) An original and one (1) copy of the price quotation, including product literature, etc. which clearly states that the Contractor will deliver all new Flexcell International Corporation equipment as defined above. 2) A description of the commercial warranty; 3) A copy of the current price list or catalog pages containing pricing for all line items 4) This is an Open-Market Brandname Combined Synopsis/Solicitation for equipment as defined herein. The Government intends to award a Purchase Order as a result of this Combined Synopsis/Solicitation that will include the terms and conditions that are set forth herein. In order to facilitate the award process, ALL quotes shall include a statement regarding the terms and conditions herein as follows: The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Offeror shall list exception(s) and rationale for the exception(s) Please note that this procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an offeror submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the offeror's FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) PAST PERFORMANCE: The Offeror shall provide two (2) purchase orders/contracts (Federal Government, State Agencies, Local Government; and commercial concerns), similar to this requirement. Include the following information for each contract or subcontract listed: 1. Name of Contracting Organization 2. Contract Number (for subcontracts, provide the prime contract number and the subcontract number) 3. Contract Type 4. Total Contract Value 5. Description of Requirement 6. Contracting Officer's Name and Telephone Number 7. Program Manager's Name and Telephone Number 8. North American Industry Classification System (NAICS) Code The offeror may provide information on problems encountered on the identified contracts and the offeror's corrective actions. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance. 5) PRICE: Provide a firm-fixed price for the equipment. Provide the firm-fixed-price of each piece of equipment (if components are separately priced) and a total firm-fixed-price. 6) In order to receive an award from NHLBI, contractors must have a valid registration in the System for Award Management (SAM) located at https://www.sam.gov/portal/public/SAM/. Offerors must complete annual representations and certifications on-line at https://www.sam.gov/portal/public/SAM/. Offerors must submit all questions concerning this solicitation in writing to robin.jeffries@nih.gov. All questions must be received by 5:00 p.m. EST August 14, 2013. All responses to questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation on or before, August 15, 2013. All offerors shall submit two electronic files to robin.jeffries@nih.gov. One electronic file shall contain all technical information; the second electronic file shall contain all pricing information. Offerors shall submit their quote no later than 10:00 a.m. Eastern Standard Time (EST) on August 19, 2013. The quotation must reference the RFQ No. NHLBI-CSB-HL-2013-244-RRJ. All responsible offerors may submit a quote, which if timely received, shall be considered by the agency. Quotes can be emailed to the Contracting Officer, Robin Jeffries at robin.jeffries@nih.gov; Quotes shall not be deemed received by the Government until the quotation is entered into the e-mail address inbox set forth above. For Additional information, contact Robin Jeffries, electronically at robin.jeffries@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NHLBI/NHLBI-CSB-HL-2013-244-RRJ /listing.html)
- Place of Performance
- Address: NIH, NHLBI, OA, 6701 Rockledge Drive, Room 6122, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN03144124-W 20130811/130809234900-8fa1c2d97bab450941673af4cf27efa9 (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 |