SOLICITATION NOTICE
66 -- New OR Refurbished OR Demo PerkinElmer Columbus Image Data Storage and Analysis System or Equivalent
- Notice Date
- 9/8/2014
- 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-14-719
- Archive Date
- 9/27/2014
- Point of Contact
- Shaun C. Miles, Phone: 3014515042
- E-Mail Address
-
shaun.miles@nih.gov
(shaun.miles@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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HHS-NIH-NIDA-SSSA-CSS-14-719 and the solicitation is issued as a request for quotation (RFQ). 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, MD 20892. Point of Contact: Shaun Miles, Contract Specialist, Telephone: 301-451-5042, Email: Shaun.Miles@nih.gov 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 FAR Part 12-Acquisition of Commercial Items, 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 2006- 05-76, dated August 25, 2014. SMALL BUSINESS SET ASIDE STATUS This combined synopsis/solicitation NOT is set aside for small businesses. The associated NAICS code is 334516 - Analytical Laboratory Instrument Manufacturing and the small business size standard is 500 employees. PROVISIONS AND CLAUSES INCORPORATED BY REFERENCE AND FULL TEXT The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. Contract Terms and Conditions - Commercial Items per FAR clause at 52.212-4 apply to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, found at FAR clause at 52.212-5, also apply to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. 52.204-7 System for Award Management (JUL 2013) 52.204-13 System for Award Management Maintenance (JUL 2013) 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran--Representation and Certifications. (DEC 2012) 52.233-4 Applicable Law for Breach of Contract Claim 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998) This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ 52.252-2 Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): FAR Clauses: http://acquisition.gov/far/ BACKGROUND INFORMATION The mission of the National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) is to catalyze the generation of innovative methods and technologies that will enhance the development, testing and implementation of diagnostics and therapeutics across a wide range of human diseases and conditions. The Laboratory of Therapeutics for Rare and Neglected Diseases (TRND), a branch of NCATS, is potentially seeking to acquire a PerkinElmer Columbus Image Data Storage and Analysis System or Equivalent. NCATS is continuously running imaging assay, such as neurite outgrowth, apoptosis, phenotypic screens and fluorescent assays that generate tons of data. The imaging data needs to be processed for publications in an efficient manner. PROJECT REQUIREMENTS The purpose of this potential acquisition is meet NCATS TRND's need for a high-volume image data storage and analysis system that will efficiently process imaging data used for publications. The Contractor shall provide one (1) New OR Refurbished OR Demo PerkinElmer Columbus Image Data Storage and Analysis System or Equivalent along with the installation of the product. The software must extract summary statistics for multiple wells or entire screens, and ensure highest quality results through determination of z' and reliable agonist/antagonist potency through generation of IC50 curves. It must numerically express the differences between cell intensity, morphology and even features one cannot see, such as texture that is so important for NCATS' Lysotracker and filipin assays. The system must be web-enabled so that users may remotely access, view, annotate, and measure images from anywhere in the world using any web browser. The system must import images from any high content imaging instrument. The system must import most high content imaging instrument native file formats. The system must be scalable to serve varying number of users. The system must offer high performance building block analysis tools to create specific quantitative analysis routines that can be saved to the image database or to disk. The system must offer Texture Analysis for added intensity based discrimination and differentiation of cell populations for phenotypic analysis. The system must offer STAR Analysis for advanced morphometric discrimination and differentiation of cell populations for phenotypic analysis. The system must offer Phenologic machine-learning capabilities for automated selection of the most relevant active measurement parameters for population selection and differentiation. The system must offer easy to use region of interest tools to create accurate and repeatable areas of quantitative interest. The system must offer direct data access for ease of image transfer of multi-dimensional data. The system must offer automated data import The system must be offered as a turnkey, preconfigured Linux based server system. The system must be available for the Suse Linux Enterprise Solution 11.1 and higher operating system, and Red Hat Enterprise Linux 6.0 operating system for ease of compatibility. The system must offer primary and secondary analysis tools for a complete solution including Z' and generation of IC50 curves. DELIVERY Delivery shall be completed within 4 weeks after receipt of order. The product shall be delivered to the following address: NCATS 9800 Medical Center Drive Building B Rockville, MD 20850 EVALUATION CRITERIA The Government intends to award a purchase order resulting from this solicitation to the responsible offeror whose offer is lowest price and technically acceptable. A firm fixed price purchase order is anticipated. Price will be evaluated in accordance with FAR 13.106-3(a). RESPONSE REQUIREMENTS 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: 1. Unit price 2. List Price 3. Product Description 4. Shipping and Handling Costs (Quoted as a separate line item) 5. The delivery period after contract award 6. Contractor Dun & Bradstreet Number (DUNS) 7. Contractor Taxpayer Identification Number (TIN) 8. Contractor Point of Contact Information All quotes must be received by 9/12/2014 at 9 AM EST and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-14-719. Responses must be submitted electronically to Shaun Miles at Shaun.Miles@nih.gov. Only electronic email submissions shall be accepted. Fax responses will not be accepted. For information regarding this solicitation, please contact Shaun Miles via telephone at 301-451-5042 or via email at Shaun.Miles@nih.gov. Price quotes will be due on the solicitation closing date and must be held for 90 days. Contractors responding to this solicitation are advised that, prior to award, the Government may request Contractors to submit information/data to support price reasonableness such as copies of paid invoices for the same or similar items, sales history for the same or similar items, price list with effective date and/or copies of catalog pages along with any applicable discounts. Failure to submit the requested information may result in disqualification of the submitted quote. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov. Small business certification must be included in the contractor's SAM profile if the contractor is quoting as a small business.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-14-719/listing.html)
- Place of Performance
- Address: Rockville, Maryland, 20850, United States
- Zip Code: 20850
- Zip Code: 20850
- Record
- SN03499935-W 20140910/140909021824-1003238be9e598d140ddabdfc4a4510f (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 |