Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 08, 2014 FBO #4640
SOLICITATION NOTICE

66 -- Plasma Treatment Tip Cleaning Station

Notice Date
8/6/2014
 
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-CSS-14-563
 
Archive Date
8/31/2014
 
Point of Contact
Lauren M. Phelps, Phone: 3015942490
 
E-Mail Address
lauren.phelps@nih.gov
(lauren.phelps@nih.gov)
 
Small Business Set-Aside
Total Small Business
 
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-CSS-14-563 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 100% set-aside for small businesses under NAICS code 334516. 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 and is NOT 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 acquisition of one (1) plasma treatment tip cleaning station to support large scale drug discovery campaigns at the National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI). Project Requirements The Contractor must be able to provide one (1) plasma treatment tip cleaning station on a brand name or equal basis. Specifically, the NCATS DPI requires the following, or its equal: 1. One (1) IonField Systems TipCharger 384 Plasma Cleaning System OR EQUAL 2. One (1) IonField Systems Recirculating Ultrasonic Bath OR EQUAL 3. One (1) Ion Illuminator Emission Spectra Analyzer OR EQUAL 4. Installation of Requirements 1 - 3 at the NCATS facility The brand name or equal plasma treatment tip cleaning station must meet the following requirements: 1. The system must use atmospheric pressure plasma (IonPlasma) to decontaminate stainless steel pintool tips or polymer based disposable pipette tips. 2. The system must provide rapid ionization and liquid-to-gas conversion to clean pins and tips for immediate re-use. 3. The system must include a recirculating ultrasonic wash bath for the pintool pins and disposable pipette tips to provide a level of cleanliness greater than that of traditional wash methods. 4. The system must work within ANSI/SLAS standards and be able to be added to existing liquid handling platforms with no custom program interface. 5. The system must clean 384 tips simultaneously for high-throughput pipetting systems. 6. The system must include a portable Emission Spectra Analyzer for routine performance validation of the Plasma Treatment Tip Cleaning Station. 7. The spectra analyzer must be able to run a quality control in less than 5 minutes to confirm the Plasma Treatment Tip Cleaning Station is functioning at optimal plasma generation, without the need to run an assay. 8. Delivery and installation shall be performed by the contractor. Anticipated Period of Performance Delivery is required within six (6) weeks after contractor receipt of award. Contract Type The Government intends to issue a firm fixed price purchase order for this requirement. APPLICABLE CLAUSES AND PROVISIONS All Offerors MUST be actively registered in the System for Award Management (SAM). FAR Clause 52.213-4: Terms and Conditions, Simplified Acquisitions, applies to this requirement. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. EVALUATION CRITERIA 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 The Offeror shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the offered equipment. 2. Factor 2: Delivery 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. 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." All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-563. 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-CSS-14-563/listing.html)
 
Place of Performance
Address: Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03453602-W 20140808/140807022728-f4437e33ff70df7933cfcaa847462958 (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.