SOLICITATION NOTICE
66 -- Microplate sealer, microplate centrifuge, and centrifuge plate loader for use on existing Agilent Technologies equipment
- Notice Date
- 8/24/2015
- 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, Station Support/Simplified Acquisitions, 31 Center Drive, Room 1B59, Bethesda, Maryland, 20892
- ZIP Code
- 20892
- Solicitation Number
- HHS-NIH-NIDA-SSSA-CSS-2015-799
- Archive Date
- 9/18/2015
- Point of Contact
- Hunter A. Tjugum, Phone: 301 435 8780
- E-Mail Address
-
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- (i)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. (ii)The solicitation number is HHS-NIH-NIDA-SSSA-CSS-2015-799 and the solicitation is issued as a Request for Quotation (RFQ) on a full and open competitive basis with no set-aside restrictions. 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 NOT expected to exceed the simplified acquisition threshold of $150,000.00. A fixed-price type contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii)The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-83-1 dated July 2, 2015. (iv)The North American Industry Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing with associated business size standard 500 employees. (v)Microplate sealer, microplate centrifuge, and centrifuge plate loader on a Brand name or equal basis for Agilent Technologies equipment (vi)Background: The National Center for Advancing Translational Sciences (NCATS) Division of Preclinical Innovation (DPI) at the National Institutes of Health (NIH) requires the purchase of Agilent Technologies PlateLoc automated microplate sealer as well as the Agilent Technologies VSpin microplate centrifuge with Access2 plate loader. These devices will be integrated onto the Wako system used for in-house cherry picking for follow ups on siRNA screens that have been completed. NCATS DPI's ongoing process of cherry picking actives from siRNA screens avoids siRNA follow-ups incurring significantly more resources. The subject acquisition will provide an on-adhesive seal using heat to 96, 384 and 1536 plates made of various materials (polypropylene, cyclic olefin and polystyrene for example). Purpose and Objective: The purpose of obtaining this requirement is to swap out existing currently used pieces of equipment manufactured by Agilent Technologies that was temporarily being used from other systems and groups. Versatile piece of equipment shall be used constantly to prevent evaporation of the particular reagents in the wells associated with a screen/experiment as well as to preserve precious chemical compounds, etc. The plate centrifuge is used to spin down the contents of the plate wells to prevent cross contamination/loss of sample and ensures more accurate pipetting of liquid as well. The contents are pulled to the bottom of the well eliminating air gaps/bubbles. The plate loader is necessary to load the microplates into the centrifuge buckets. Product Description: Specifically, the NCATS DPI requires the following products essentially equal to the specified brand name product including those salient physical, functional, or other characteristics of the subject Agilent Technologies product described herein deemed essential in meeting the government's need: 1. One (1) PlateLoc Microplate Sealer [Item No. G5402G] 2. One (1) VSpin Microplate Centrifuge with Access2 loader [Item No. G5405A] The microplate sealer will be used to seal the 200 source plates which are currently cherry picked from in any given run as well as the destination plates. The Microplate Centrifuge with plate loader will be used to spin down the source plates after they are thawed from -80C to prevent cross contamination/loss of sample and ensure more accurate pipetting when cherry picking. The centrifuge requires the plate loader to load the plates into the centrifuge buckets. (vii)Anticipated Period of Performance or Delivery Date: The anticipated delivery date for the subject requirement is 30 days After Receipt of Order in any resulting contract to this solicitation on an FOB Destination basis to 9800 Medical Center Drive, Rockville, MD 20850. (viii)The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. (ix)The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. (a) The Government will award a contract 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. Technical and past performance when combined is significantly more important when compared to price. The following factors shall be used to evaluate offers: (1) Technical Specifications. (2) Past Performance The offeror must submit with their proposal a list of the last three (3) contracts completed during the past two (2) years and / or contracts awarded currently in process that are similar in nature to the work scope. Contracts listed may include those entered into by the Federal Government, agencies of state and local governments and commercial concerns. Newly formed entities without prior contracts should list contracts and subcontracts as required above for all key personnel. For each contract, subcontract, or reference include: (i) Name of Contracting Organization; (ii) Contract Number (for subcontracts, provide the prime contract number and the subcontract number); (iii) Contract Type; (iv) Total Contract Value; (v) Description of Requirement; (vi) Contracting Officer's Name and Telephone Number; (vii) Program Manager's Name and Telephone Number; and (viii) North American Industry Classification System(NAICS) Code. The offeror may provide information on problems encountered on the identified contracts and the corrective actions, if any. Offerors will be evaluated on its performance under existing and prior contracts for similar products or services. The Government is not required to contact all references provided by the offeror. Also, references other than those identified by the offeror may be contacted by the Government to obtain additional information that will be used in the evaluation of the offeror's past performance.; and (3) Price. (b) 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. Offerors may respond with a quotation indicating their ability to provide the technical specifications stated in this solicitation. Pricing proposals shall indicate the unit price of the supplies specified in this solicitation, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's essential requirements stated in this notice and on ability to deliver required supplies. (x)The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (xi)The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.217-6 Option for Increased Quantity (Mar 1989). (xii)The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. (xiii)There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)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. 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 and a price proposal. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. In addition the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response. All Offerors must have an active registration in the System for Award Management (SAM) www.sam.gov." (xvi)All responses must be received no later than September 3, 2015, at 4:30 PM, Eastern Time, as specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-2015-799. Responses must be submitted electronically to hunter.tjugum@nih.gov and NIDASSSAPurchaseRequ@mail.nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-435-8780.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2015-799/listing.html)
- Record
- SN03851787-W 20150826/150824234917-27bea882b554a28091069e9d1e62098d (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 |