SOLICITATION NOTICE
66 -- Acquisition of Bio-Rad ChemiDoc MP System (ChemiDoc Touch MEQ) (Brand Name or Equal) - Combined Synopsis
- Notice Date
- 3/25/2016
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02RC62553-88
- Archive Date
- 4/15/2016
- Point of Contact
- Chad M. Shearer, Phone: 2402766801
- E-Mail Address
-
chad.shearer@nih.gov
(chad.shearer@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Combined Synopsis SEE ATTACHMENT General Information Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02RC62553-88 Proposed Posted Date: 3/25/2016 Proposed Response Date: 3/31/2016 3:00 PM EST Classification Code: 66 - Instruments and Laboratory Equipment NAICS Code: 334516- Analytical Laboratory Instrument Manufacturing Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex, UPS and other private carriers please use Rockville, MD 20850. Description National Cancer Institute (NCI), Center for Cancer Research (CCR), intends to procure the Brand Name or equal PerkinElmer Bio-Rad ChemiDoc MP System. This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. N02RC62553-88 includes all applicable provisions and clauses in effect through FAR FAC 2005-86 (1 February 2016) simplified procedures for commercial items. This acquisition is a designated as full and open competition. The North American Industry Classification System code is 334516 and the business size standard is 500 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. 1. Background The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure one (1) Brand Name or Equal Bio-Rad ChemiDoc MP System (ChemiDoc Touch MEQ). The salient characteristics that apply to this acquisition are as follows: • Camera specifications required: o 2,758 H X 2,208 V pixels, 6.1 megapixels o 50% QE at 425 nm, max QE 75% at 600 nm o f/0.95 fast lens o 16-bit data acquisition o 4.54 x 4.54 μm pixel size o Low read noise, <6e- o Low dark current, 0.002 e/p/s at -25°C o Peltier cooling to -25°C, absolute • Powered by Image Lab TM Touch Software or equivalent • 12.1" Touch-screen functionality • 16x21cm Imaging area minimum • System must offer the following sample trays: o Chemi/UV/stain-free for trans-UV illumination o White for trans-white illumination o Blue for trans-blue illumination • Must be flat field calibrated at the factory and files stored in the integrated PC • Safety features for band excision • Must offer Chemiluminescent, and 5 channel fluorescent imaging covering Near and Far IR and Visible Red, Green and Blue Spectra • Must offer StainFree Gel/ Blot Imaging and Automated Total Protein Normalization Analysis Capabilities • Automated image capture optimized for each selected gel or blot application • Imaging previews for each imaging channel and ability to retake images for individual channels as needed • Onboard image merging • Several binning options: 2x2, 3x3, 4x4, 6x6 and 8x8 • Must offer unlicensed Image Lab Software compatible with PC and Mac OS • On-site Field Service is required • On-site Field Application Scientist support is required for training and future technical assistance 2. Delivery Contractor will deliver the instrument within 90 days of receipt of purchase order to the National Institutes of Health, Bethesda, MD 20892. Contractor that receives the award will be provided with the complete mailing address at the time of order placement. Upon delivery, contractor must notify the NCI Project Officer to schedule the delivery date and time. 3. Installation Contractor will have a local representative install the instrument upon request. The instrument is self-installable, and instructions are provided. The National Institutes of Health reserves the right to request assistance or full installation. Contractor will provide assistance with software installation on laboratory computers with assistance of an NIH IT representative when scheduled in advance, as needed. 4. Payment Payment shall be made after delivery and installation of equipment, upon Government acceptance, within 30 days. 5. Contract Clauses/Provisions The following Federal Acquisition Regulation and Health & Human Services Acquisition Regulation Provisions/Clauses apply to this acquisition: 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): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Clause No. Title FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015) FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS- COMMERCIAL ITEMS (NOV 2015) FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (JAN 2010) HHSAR 352.242-71 TOBACCO-FREE FACILITIES (JAN 2006) FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS- COMMERCIAL ITEMS (FEB 2016). The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition: FAR Clause 52.203-6 Restrictions on Subcontractor Sales to the Government FAR Clause 52.203-13 Contractor Code of Business Ethics and Conduct FAR Clause 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment FAR Clause 52.209-9 Updates of Publicly Available Information Regarding Responsibility FAR Clause 52.219-8 Utilization of Small Business Concerns FAR Clause 52.219-28 Post Award Small Business Program Representation FAR Clause 52.222-3 Convict Labor FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies FAR Clause 52.222-21 Prohibition of Segregated Facilities FAR Clause 52.222-26 Equal Opportunity FAR Clause 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities FAR Clause 52.222-37 Employment Reports of Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans FAR Clause 52.222-40 Notification of Employee Rights Concerning Payment of Union Dues or Fees FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving FAR Clause 52.225-5 Trade Agreements FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases Far Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award Management FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999) (a) If an item in this solicitation is identified as "brand name or equal," the purchase description reflects the characteristics and level of quality that will satisfy the Government's needs. The salient physical, functional, or performance characteristics that "equal" products must meet are specified in the solicitation. (b) To be considered for award, offers of "equal" products, including "equal" products of the brand name manufacturer, must- (1) Meet the salient physical, functional, or performance characteristic specified in this solicitation; (2) Clearly identify the item by- (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (c) The Contracting Officer will evaluate "equal" products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an "equal" product, the offeror shall provide the brand name product referenced in the solicitation. HHSAR 352.203-70 ANTI-LOBBYING (MAR 2012) Pursuant to the current HHS annual appropriations act, Public Law 112-74, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for: (a)Publicity or propaganda purposes; (b)The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any State or local legislature itself; or designed to support of defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any State or local government, except in presentation to the executive branch of any State or local government itself; or (c)Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations regulation, administrative action, or Executive order proposed or pending before the Congress or any State government, State legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a State, local or tribal government is policymaking and administrative processes within the executive branch of that government. The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future Federal, State or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control. 6. Submission Information Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov. Questions must be submitted electronically (via email) to Contract Specialist, Chad Shearer, at chad.shearer@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Tuesday, March 29, 2016, 3:00 PM, EST. Proposals must be submitted electronically (via email) to Contract Specialist, Chad Shearer, at chad.shearer@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Thursday, March 31, 2016, 3:00 PM, EST. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: N02RC62553-88 on all correspondence. 7. Evaluation The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. 8. Price Proposal Offerors must provide descriptive literature or other materials that demonstrate their offer meets the forgoing requirements. The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02RC62553-88/listing.html)
- Place of Performance
- Address: National Institutes of Health, Bethesda, Maryland, 20892, United States
- Zip Code: 20892
- Zip Code: 20892
- Record
- SN04062564-W 20160327/160325233956-a8544a8f646428a4749d941adcb7f68f (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 |