Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2015 FBO #5013
SOLICITATION NOTICE

66 -- Particle Analyzer System - Appendices

Notice Date
8/13/2015
 
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, 6001 Executive Boulevard, Room 4211 - MSC 9559, Bethesda, Maryland, 20892, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-15-719
 
Archive Date
9/8/2015
 
Point of Contact
Matthew P. Antonini, Phone: 301-402-1678
 
E-Mail Address
matthew.antonini@nih.gov
(matthew.antonini@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR Clause 52.212-3OFFEROR REPRESENTATIONS AND CERTIFICATIONS - COMMERCIAL ITEMS (March 2015) INTRODUCTION AND AUTHORITY This is a combined synopsis/solicitation (CSS) for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 Government intends to issue a firm fixed price purchase order using simplified acquisition procedures under the authority of FAR subpart 13.5, "Test Program for Certain Commercial Items." This solicitation is a request for quotations (RFQ). The solicitation number is HHS-NIH-NIDA-SSSA-CSS-15-719. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83 dated August 3, 2015. The resultant purchase order will include all applicable provisions and clauses in effect through this date. The National Institute on Drug Abuse, Office of Station Support and Simplified Acquisitions, on behalf of the National Center for Advancing Translational Sciences (NCATS) is seeking to purchase one (1) particle analyzer system. NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE AND SET-ASIDE STATUS The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 500 employees. This acquisition is NOT set aside for small businesses and is available for full and open competition. DESCRIPTION OF REQUIREMENT This instrument will be used in the exosome project. It will measure the particle size and stability of the exosomes and liposomes that will be worked on or made. This information is crucial for the characterization of the various particles being worked on. It allows the use a very small volume of sample (40uL) to determine these parameters. All interested companies shall provide a quotation for the following: Brand Name or Equal Product: One (1) qNano particle analyzer instrument a.Manufacturer's Name: IZON Science Ltd b.Model: qNano V1.0 with operating software V3.1 1.Essential/salient features and characteristics: a.The capability to measure each particle individually as opposed to an average measurement (as occurs in the instruments that use light scattering) b.The volume needed to do an analysis must be no more 0.1 ml. c.The capability to measure the zeta potential of each individual particle as opposed to an average number (as is obtained with instruments that use light scattering) 2.Additional required items: a.One (1) starter pack with reagents and calibration particle sets b.Three (3) nanopores (or equivalent) c.Variable pressure module (or equivalent) d.Support and training package to include 2 days of on-site training and a detailed online training for users. Contractor shall provide necessary support to develop procedures for users. DELIVERY AND ACCEPTANCE Delivery shall be provided within 14 days of award to the following address: 9800 Medical Center Dr. Building C Rockville, MD 20850 The Contracting Officer or authorized representative will perform inspection and acceptance of materials and services to be provided. APPLICABLE CLAUSES AND PROVISIONS The full text of FAR provisions or clauses may be accessed electronically at https://www.acquisition.gov/?q=browsefar The following contract clauses apply to this acquisition: •FAR 52.212-4, "Contract Terms and Conditions-Commercial Items" (May 2015) •FAR 52.212-5, "Contract Terms and Conditions Required to Implement Statutes or Executive Orders" (May 2015) The following subparagraphs of FAR 52.212-5 are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUL 2013) (Pub.L. 109-282) (31 U.S.C. 6101 note). (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 6101 note). (12) (i) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (JAN 2011) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). (22) 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). (26) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (28) 52.222-26, Equal Opportunity (APR 2015) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). (34) (i) 52.222-50 Combating Trafficking in Persons (MAR 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)(E.O. 13513). (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (MAY 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302 109-53, 109-169, 109-283, 110-138, Pub. L.112-41, 112-42 and 112-43). (ii) Alternate I (MAY 2014) of 52.225-3. (44) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (JUL 2013) (31 U.S.C. 3332). ---------- The following solicitation provisions apply to this acquisition: 1.FAR 52.211-6, "Brand Name or Equal" (Aug 1999) 2.FAR 52.212-1, "Instructions to Offerors-Commercial Items" (April 2014) 3.FAR 52.212-2, "Evaluation of Commercial Items" (October 2014) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. In addition to price, the following factors shall be used to evaluate offers: Factor 1: Technical Capability (75%) 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. Also, the offeror shall detail through simulations actual run times down to the component level of the system, and in particular will validate that the incubator load/unload times meet the required specifications. Factor 2: Quality Assurance (15%) The Offeror shall detail in its technical proposal how it shall meet the delivery, training, and support requirements described in this solicitation. Factor 3: Past Performance (10%) Offerors shall identify one (1) contract completed in the past five years and a list of all contracts currently underway that are similar in size and scope to the requirements outlined in the "DESCRIPTION OF REQUIREMENT." Contracts listed may include those entered into by the Federal Government, agencies of state and local governments, non-profit entities, and commercial concerns. Offerors that are newly formed entities without prior contracts should list contracts and subcontracts for key personnel. Include the following information for each contract identified: •Name of contracting organization •Contract number •Contract type •Total contract value •Narrative of specific responsibilities of the offeror as they relate to this RFQ Offerors that are newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. The offeror shall submit comparable information on any subcontractor that the offeror proposes to perform a major subcontract under this effort. The Government will consider the currency and relevance of the information, source of the information, context of the data, and general trends in contractor'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. The major evaluation factors for this solicitation, listed in order of importance, include technical (which encompasses experience and past performance) and price factors. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. 4.FAR 52.212-3, "Offerors Representations and Certifications-Commercial Items" (March 2015), attached at Appendix A, are to be completed by the offeror. POST AWARD EVALUATION OF CONTRACTOR PERFORMANCE a.Contractor Performance Evaluations Interim and Final evaluations of Contractor performance will be prepared on this contract in accordance with FAR Subpart 42.15. The Final performance evaluation will be prepared at the time of completion of work. In addition to the Final evaluation, Interim evaluation(s) will be prepared Annually as follows on October 31. Interim and Final evaluations will be provided to the Contractor as soon as practicable after completion of the evaluation. The Contractor will be permitted thirty days to review the document and to submit additional information or a rebutting statement. If agreement cannot be reached between the parties, the matter will be referred to an individual one level above the Contracting Officer, whose decision will be final. Copies of the evaluations, Contractor responses, and review comments, if any, will be retained as part of the contract file, and may be used to support future award decisions. b.Electronic Access to Contractor Performance Evaluations Contractors may access evaluations through a secure Web site for review and comment at the following address: http://www.cpars.gov. REQUESTS FOR CLARIFICATION Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to the contract specialist, Matthew Antonini, at Matthew.Antonini@nih.gov by or before 11:00 a.m. EST on 8/18/2015. Late questions will not be accepted. Questions will be anonymized and answered, with the answers being posted to this solicitation notice by amendment. Interested vendors should monitor this announcement closely for any changes. QUOTATION SUBMISSION Quotes are due on 8/24/2015, no later than 11:00 a.m. EST. All responses must be submitted via email to Matthew.Antonini@nih.gov and reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-719. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement. 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 and shall not exceed 5 single-sided pages. The price quotation must include pricing for the requirements listed under "DESCRIPTION OF REQUIREMENT." 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. Offerors 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). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/HHS-NIH-NIDA-SSSA-CSS-15-719/listing.html)
 
Place of Performance
Address: 9800 Medical Center Dr., Rockville, Maryland, 20850, United States
Zip Code: 20850
 
Record
SN03837763-W 20150815/150813235805-14e2f95596a8e8effae22a3e91e9734b (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.