Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2016 FBO #5185
SOLICITATION NOTICE

66 -- Automated Liquid Handler

Notice Date
2/1/2016
 
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, United States
 
ZIP Code
20892
 
Solicitation Number
HHS-NIH-NIDA-SSSA-CSS-2016-129
 
Archive Date
2/26/2016
 
Point of Contact
Andriani Buck, Phone: 3014021677
 
E-Mail Address
andriani.buck@nih.gov
(andriani.buck@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Title: Automated Liquid Handler 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-2016-129 and the solicitation is issued as a request for quotation (RFQ). 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. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005- 86, dated February 1, 2016. This acquisition is unrestricted. The associated NAICS code is 334516 and the small business size standard is 500. Background The National Institutes of Health (NIH) is the nation's leading medical research agency and the primary Federal agency whose mission is to reduce the burden of disease which they accomplish by seeking fundamental knowledge about the nature and behavior of living systems and the application of that knowledge to enhance health, lengthen life, and reduce illness and disability, conducting, supporting and making medical discoveries that improve people's health and save lives. The National Institute of Neurological Disorders and Stroke (NINDS) is a part of the NIH, and conducts research into the causes, treatment, and prevention of neurological disorders and stroke. The NINDS mission is to seek fundamental knowledge about the brain and nervous system and to use that knowledge to reduce the burden of neurological disease. The Molecular Neuropharmacology Section of NINDS, to continue the efforts in compound development and high throughput screening of dopamine receptors needs to acquire an automated liquid handler to allow for faster and efficient experimental set up. Objective The purpose of this acquisition is to acquire a Versette or equivalent automated liquid Handler. Project Requirements The Molecular Neuropharmacology Section of NINDS requires a Versette or equivalent automated liquid Handler that meets the following requirements: 1.The liquid handler must feature a 384 tip pipetting head and also be capable of doing vertical serial dilutions. 2.The instrument must include a tip washing station as well as the serial dilution heads required for diluting our compounds. 3.The section routinely runs assays in both 96 and 384 well format. Precise measurement and addition of small volumes (range 0.5 - 300 μl) on 96 and 384 well plates with interchangeable pipetting heads, using air displacement pipetting technology, is required. 4.All interchangeable pipetting heads must be able to access computer software in 96- and 384- configurations in corresponding formats and must be easily changed by the user without specialized tools. 5.The software must be fully customizable and have the ability to be modified to different protocols. 6.Must be capable be capable of fitting inside a biological safety cabinet. 7.The instrument must be able to be calibrated with selected volume points to accommodate liquid transfer of various liquid types. 8.Since we pipet various liquid types the instrument must include several variable pipetting speeds to allow consistent handling of liquids. 9.Must have the ability to add multiple accessories such as serial dilution magazines, non-contact reservoir filling, and a pump module for supplying fluid to a reservoir. Delivery Date The Contractor shall deliver and install the required equipment within 70 days after receipt of order on approximately May 1, 2016. Place of Performance: The required equipment shall be delivered and installed at the NIH Main Campus, 5625 Fishers Lane. Rm 4S-04. Rockville, MD 20852. The contractor shall use the Building 5625 Fishers lane loading dock for delivery. Contract Type A firm fixed price purchase order is anticipated. FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. FAR clause 52.212.-2, Evaluation - Commercial Items, is applicable to this requirement. (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. The following factors shall be used to evaluate offers: 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 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, specifically if and how it is an equal-to-brand-name quotation. 2. Factor 2: Delivery The Offer shall detail in its technical proposal how it shall meet the delivery requirements. The Government shall particularly evaluate ability to meet delivery and installation schedule requirements. Quotations must include a delivery lead time. Technical evaluation factors and past performance, when combined, are significantly more important, when compared to price. (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. (End of Provision) Offerors must include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer. FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Defense Priorities and Allocations System (DPAS) are not applicable to this 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. 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. 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." All responses must be received by February 11, 2015 5 pm EST and must reference number HHS-NIH-NIDA-SSSA-CSS-2016-129. Responses may be submitted electronically to andriani.buck@nih.gov or by U.S. mail to the National Institute of Drug Abuse (NIDA), Station Support / Simplified Acquisition Branch (SS/SA), 31 Center Drive, Building 31, Room 1B59, Bethesda, Maryland 20892-2080, Attention: Andriani Buck. Fax responses will not be accepted. Contact Andriani Buck at andriani.buck@nih.gov for information regarding the solicitation. Questions regarding this combined synopsis/solicitation must be received at the aforementioned email address, andriani.buck@nih.gov, by February 5, 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-2/HHS-NIH-NIDA-SSSA-CSS-2016-129/listing.html)
 
Place of Performance
Address: NIH Main Campus, 5625 Fishers Lane. Rm 4S-04, Rockville, Maryland, 20852, United States
Zip Code: 20852
 
Record
SN04005791-W 20160203/160201233957-5321852c49f8e7ef970ee50580ae7dd2 (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.