Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 28, 2016 FBO #5270
SOLICITATION NOTICE

66 -- Brand Name or Equal Autogen GENE PREP Automated DNA Extraction System with Tube Stacker

Notice Date
4/26/2016
 
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
N02RC62557-8
 
Archive Date
5/19/2016
 
Point of Contact
Megan N. Kisamore, Phone: 2402765261, Reyes Rodriguez, Phone: (240)276-5442
 
E-Mail Address
megan.kisamore@nih.gov, rodriguezra@mail.nih.gov
(megan.kisamore@nih.gov, rodriguezra@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
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, #N02RC62557-8, includes all applicable provisions and clauses in effect through FAR FAC 2005-87-2 / 04-06-2016 simplified procedures for commercial items. 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. Description of Contractor Requirements The Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), Experimental Immunology Branch (EIB)'s scientists conduct cancer research related to cellular and molecular immunology. The NCI/CCR/EIB maintains several mouse breeding colonies, generating animal models for the study of the immune system. The largest colony is located in Frederick, Maryland, with approximately 20,000 mice. DNA genotyping is a key technique used in the management of our animal models. In order to efficiently manage the colonies, it is essential to genotype animals as quickly as possible. The following product features/salient characteristics are required for this requirement: GENERAL SYSTEM REQUIREMENTS - System shall be fully automated for the isolation of DNA for mouse tails, animal tissues, plasmids and bacterial artificial chromosomes (BACs). - System shall have the ability to process unattended, up to 192 samples in 8 hours, in order to maintain a high throughput. - System shall include a built-in centrifuge, shaker, heater, and touch screen for operation. System shall include pre-programmed protocols with the ability for user to optimize parameters and store customized user files. - System shall utilize a phenol chloroform solution based single phase organic extraction method; NO filter, column or magnetic beads for the recovery of nucleic acids. - System shall have the ability to process up to 3.0 ml volumes in each individual reaction, in order to scale up reactions when the needed. - System shall produce high quality DNA with OD260/280 values >= 1.8. The DNA can be used directly in downstream processes such as fluorescence DNA sequencing, PCR, Southern blotting and restriction endonuclease digestions. The NCI/EIB's mouse colonies have many complex genotypes which require high quality DNA for testing. - System shall be a floor-standing instrument for ease of movement. It is important that the machine be movable for flexibility in placement. - System shall offer pre-programmed protocols and allow the NCI/EIB the flexibility to optimize parameters and save customized user files. This will allow for customizing purification protocols for different needs. - System shall have the ability to run unattended, overnight, in order to maximize throughput. - System shall use independently driven syringes for liquid delivery since disposable pipette tips can lead to contamination problems. - System shall use chemicals and disposables which are compatible with current Autogen GENE PREP Automated DNA Extraction System with tube stacker. DELIVERY / INSTALLATION Delivery shall be within 90 days of purchase order award. All shipping/handling and delivery/installation fees shall be included in the quote. Upon delivery, Contractor must notify the NCI Contracting Officer's Representative (COR) to schedule the installation date and time. (COR TBD at award). The Contractor shall deliver and install the equipment at the following address: National Institutes of Health 9000 Rockville Pike Building 10, Room 4B37 Bethesda, MD 20892 TRAINING Training for two users shall be included in the quote. WARRANTY System shall provide a minimum of 12-month warranty, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. PAYMENT Payment shall be made after delivery, installation, and successful operation of equipment. Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. Clauses and Provisions The following FAR provisions and clauses apply to this acquisition: 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. FAR 52.212-1 Instruction to Offerors Commercial Items (OCT 2015) FAR 52.212-2 Evaluation Commercial Items (OCT 2014) FAR 52.212-3 OFFERORS REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (APR 2016) 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---COMMERCIAL ITEMS (MAR 2016). The following additional far clauses cited in this clause 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (SEP 2006), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (OCT 2015) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015) (31 U.S.C. 6101 note). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313). 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns (OCT 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a). 52.219-8 Utilization of Small Business Concerns (OCT 2014) (15 U.S.C. 637 (d) (2) and (3). 52.219-28 Post Award Small Business Program Representation (JUL 2013) (15 U.S.C. 632(a) (2)). 52.222-3 Convict Labor (JUN 2003) (E.O. 11755). 52.222-19 Child Labor Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (APR 2015) 52.222-26 Equal Opportunity (APR 2015) (E.O. 11246). 52.222-35 Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212). 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-37 Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). 52.222-40 Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)(E.O. 13513). 52.225-1 Buy American Act - Supplies (MAY 2014) (41 U.S.C. chapter 83). 52.225-5 Trade Agreements (FEB 2016) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13 Restrictions on Certain Foreign Purchase (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332). FAR 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):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Megan Kisamore, Contract Specialist at megan.kisamore@nih.gov. HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015) HHSAR 352.208-70 PRINTING AND DUPLICATION (DEC 2015) HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224-71 CONFIDENTIAL INFORMATION (DEC 2015) 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, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST on Thursday, April 28, 2016. Proposals must be submitted electronically (via email) to Contract Specialist, Megan Kisamore, at megan.kisamore@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 AM EST, on Wednesday, May 4, 2016. 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: N02RC62557-8 on all correspondence. Evaluation Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. Firms providing an "equal" product must submit additional documentation that highlights and describes how the offering is equal, in accordance with FAR 52.211-6. Price Proposal 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/N02RC62557-8/listing.html)
 
Record
SN04096007-W 20160428/160426234811-fd4bcc1fbd6a06ac74b16758b800f512 (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.