SOLICITATION NOTICE
66 -- Automated Cell Culture System: TAP Biosystems CompacT SelecT SC APM or Equal - Small Business Subcontracting Plan Information
- 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-14-525
- Archive Date
- 8/26/2014
- 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
- Small Business Subcontracting Plan Information 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-14-525 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) Automated Cell Culture System on a brand name or equal basis. This equipment shall be used by the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) to support novel assay development and validation screening Project Requirements The Contractor must be able to provide the following or its equal : 1. One (1) TAP Biosystems CompacT SelecT SC APM 2. Installation of Requirement 1 at the NCATS facility The brand name or equal system must meet the following requirements: 1. The system must be capable of culturing multiple cell lines with cell line specific protocols. 2. It must be able to operate unattended, enabling more effective use of valuable resources 3. The system must be able to culture delicate or complex cell lines such as stem cells and primary cells. 4. The system must be capable of maintaining stock cell lines for multiple projects. 5. The system must facilitate the output of cells to an external collection vessel allowing multiple flasks to be to be harvested and pooled without restricting the volume of cell suspension that can be collected 6. The system must be equipped with a cooled reagent storage system (6°C / 43°F) to enable low volume dispensing (100 - 1,000μL) for up to 6 reagents such as growth factors and transfection mixes to flasks 7. The system must have the ability to process Corning HYPERFlasks, providing a 10-fold increase in cell production capability 8. The system must be able to send system updates via email. 9. The system must automatically back up valuable information to remote media 10. The system must allow users to generate custom formatted reports 11. The system must be able to generate assay-ready plates for cell-based screening and assay development. Must be capable of processing 6, 24, 96 and 384-well standard plates and also 24 and 96-well insert plates 12. The system must be equipped with a barcode reader on the plating module to track plates during operation. 13. The system must enable direct imaging of cells in flasks, confluence measurement and enhanced QA of cells. 14. Delivery and installation shall be performed by the contractor. Anticipated Period of Performance Delivery is required within nine (9) months after contractor receipt of award. Delivery shall be made to: NCATS Building B 9800 Medical Center Drive Rockville, MD 20850 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 Approach (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 Offeror shall confirm in its technical proposal that the delivery requirements detailed in this statement of need shall be met. 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. Responding Large Business offerors MUST also submit a small business subcontracting place with their offers. Please see the attached documented which details the small business subcontracting plan requirements. 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. Respondents that believe that they are manufacturers or authorized resellers 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. CLOSING STATEMENT All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-RFQ-14-525. 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-14-525/listing.html)
- Place of Performance
- Address: 9800 Medical Center Drive, Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03445429-W 20140802/140801000007-6f953e9c48d769c2d929e4a4ec8ba2b6 (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 |