SOLICITATION NOTICE
66 -- Stem Cell Treatment Station Robotic Platform
- Notice Date
- 7/31/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Institute on Drug Abuse, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-RFQ-14-526
- Archive Date
- 8/27/2014
- Point of Contact
- Lauren M. Phelps, Phone: 3015942490
- E-Mail Address
-
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- INTRODUCTION 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. The solicitation number is HHS-NIH-NIDA-SSSA-RFQ-14-526 and the solicitation is issued as a request for quotation (RFQ). NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE The intended procurement is classified under NAICS code 334516 with a Size Standard of 500 Employees. SET-ASIDE STATUS This acquisition is NOT set-aside for small businesses and is available for full and open competition. ACQUISITION AUTHORITY 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; FAR Subpart 13.5-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76, dated July 25, 2014. The resultant contract will include all applicable provisions and clauses in effect through this date. DESCRIPTION OF REQUIREMENT Purpose The purpose of this requirement is to acquire one (1) fully automated enclosed robotic platform including ambient storage and robotic arm with the ability to be integrated with existing peripheral equipment as well as a Labcyte Echo to encompass the capabilities necessary for the Stem Cell Treatment Station. Project Requirements The Contractor must be able to provide one (1) fully automated enclosed robotic platform (Described Robotic Platform or "DRP") that meets the following specifications: 1. The DRP must measure no larger than 8'L x 7'W x 8'H, including enclosure, due to space constraints. 2. The DRP must be fully enclosed to prevent contamination of cells and siRNA samples. 3. The DRP must include an integrated ambient storage system that fits 384-well microtiter plates and pipette tip boxes for the Biomek FX. 4. The integrated ambient storage system must be random access. 5. The ambient storage carousel must have - High Speed Plate Storage: the system needs the ability to retrieve and store plates in 12 seconds. Also, storage needs the ability to quickly inventory all plate types within 60 seconds. This inventory process must include the exact location of each piece of labware and its associated barcode. 6. There must be at least 24 additional hotel type storage locations for various pieces of labware. These must be individual stations and not a stack type configuration. 7. The integrated ambient storage system must hold a minimum of 300 pieces of labware to accommodate the entire library collection of 189 plates plus pipette tips, multiple destination plates and also leaves room for future expansion. 8. The DRP must have quick delidding and lidding capabilities. 9. The DRP must run from a dynamic scheduling software and be able to optimize throughput in order to run as many samples as possible and minimize evaporation. 10. The scheduling interface must be user-friendly such that a biologist can potentially create and run their protocol. 11. The scheduling software must be reliable to avoid detrimental system crashes. 12. The scheduling software requires the ability to run custom scripting components in order to track source and destination plate association as well as correlation of aspirations and dispenses from and to specific wells. 13. The scheduling software must be able to fully recover from errors that may occur during a run. 14. The robotic arm used on the DRP will need to have access to all devices specifically with a horizontal reach of 450mm and a vertical reach of 750mm. The tolerance shall be + or - 25mm. 15. There must be a redundant robotic arm included with the system in the event of a hardware failure to quickly swap out if necessary to recover as quickly as possible. 16. The robotic arm will need to be taught all system positions using a quick and simple process such that a biologist could potentially handle this task. 17. The robotic arm and more specifically gripper must be able to pick and place labware very reliably to avoid losing expensive samples/experiments due to poor accuracy. 18. The DRP must be able to have Brooks Automation XPeel, Agilent Technologies VSpin, Beckman Coulter Biomek FX, Labcyte Echo integrated. 19. It is extremely important that the DRP be capable of handling, tracking and associating 150 source plates to a few destination plates in a single run taking no longer than 3 hours. 20. Robot envelope: provides user with the exceptional reach and range in both the x, y and z-axis. The minimum z-axis travel must be 745 mm 21. The DRP must have - Product accessibility: full access to all devices using a turntable or sliding shelves to access devices with simplistic cable management is required. 22. The DRP must have - Modular system design: the ability to easily reconfigure the system in less than 60 seconds 23. The DRP must include Echo expansion software for cherry picking and and IC50. The DRP must have the ability to manipulate cherry picking and IC50 on the Echo via a standard, non-custom interface. 24. Software must have - User Experience: the software incorporates the latest software technologies to ensure that whether designing protocols, or launching an order, the focus is always on a user-friendly interface, backed up by the highest levels of application reliability 25. Software must have - Order Interleaving and Scheduling: can run multiple orders in parallel, and supports injection of new orders with time or event-based control. 26. Software must have - Gantt Chart Simulations: Fast Gantt Chart simulations with accurate protocol timing data that allows operators to use detailed sample treatment and resource utilization statistics to quantitatively optimize their orders before run-time 27. Software must have - Sample Input Control: A wide range of sample input control mechanisms can be used to balance throughput and sample treatment for the required application 28. Software must have - Device Pooling: Supports a wide range of pooling options for all classes of device, even complex liquid handlers. Strategies including "first available", "round robin" and "fail over" can be defined during protocol design and then dynamically adjusted while orders are live on the system 29. Software must have - Scripting Components: allows operators to run custom scripting components not embedded into the software. Multiple languages must be supported (for example, Java, VB or.NET), scripts must have access to a number of run time variables including plate number and barcode 30. Software must have - Decision Nodes: using the results of a custom script execution to alter a plate's processing pathway mid-run 31. Software must have - Plate processing manipulation: provides the ability to manipulate assay handling parameters of a specific plate mid-run 32. Software must have - Device Control: the ability to remove a device from the system during a run to use in stand alone mode and then, once action is complete, return the device back into active use on the platform is required. This action must not allow stoppage of the protocol. Anticipated Period of Performance Prior to delivery there will be a factory acceptance testing (FAT) performed in the presence of a person(s) from the NCATS automation group. Delivery will be scheduled after the FAT. Once the described robotic platform is delivered and installed at 9800 Medical Center Dr, Building C, Rockville, MD 20850 there will be a site acceptance testing (SAT) performed where the vendor will send someone out to make sure the system is in working order to our satisfaction. It is expected that total period of performance start to finish shall be 90 days or less. Contract Type The Government intends to issue a firm fixed price contract for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial items apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA FAR clause 52.212-2, Evaluation - Commercial Items applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows: The Government will award a purchase order resulting from this solicitation on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price. The technical evaluation factors are as follows, in order of importance: 1. Factor 1: Technical Capability (80%) The Offeror shall detail in its technical proposal how it meets each of the project requirements. This shall include the specifications of the offered equipment. 2. Factor 2: Delivery (20%) The Offer shall detail in its technical proposal how it shall meet the FAT, delivery, installation, and SAT requirements described in the solicitation. QUESTION AND ANSWER PERIOD Interested contractors may submit questions relating to this requirement. Questions shall be submitted to the contract specialist, Lauren Phelps, via email at lauren.phelps@nih.gov by or before Monday August 4, 2014 at 12:00 PM EST. Late questions shall not be accepted. Questions will be anonymized and answered and the answers will be provided as soon as possible after the question deadline via solicitation amendment. RESPONSE FORMAT Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria. The offeror must submit a technical response and a separate price quotation. The technical response should be prepared in reference to the evaluation criteria identified in this solicitation. The price quotation must include the requirements listed above as well as associated pricing. Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." NOTE 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-14-526. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at lauren.phelps@nih.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-RFQ-14-526/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03444758-W 20140802/140731235358-9e70fcd67ec77af99987b2df3c58bfe7 (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 |