MODIFICATION
66 -- Micro Plate Reader - Amendment 1
- Notice Date
- 4/27/2017
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB134117RQ0382
- Archive Date
- 5/31/2017
- Point of Contact
- Joni L. Laster, Phone: 3019756205, Patrick K Staines, Phone: (301)975-6335
- E-Mail Address
-
joni.laster@nist.gov, patrick.staines@nist.gov
(joni.laster@nist.gov, patrick.staines@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN 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 SOLICITATION IS BEING ISSUED USING SIMPLIFIED ACQUISITION PROCEDURES. This solicitation is a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-95 1352.215-72 INQUIRIES (APR 2010) Offerors must submit all questions concerning this solicitation in writing, via email, to both the Contract Specialist (joni.laster@nist.gov) and the Contracting Officer (Patrick.staines@nist.gov). Questions should be received no later than seven (7) calendar days after the issuance date of this solicitation. All responses to the questions will be made in writing, without identification of the questioner, and will be included in an amendment to the solicitation. Even if provided in other form, the question responses included in the amendment to the solicitation will govern performance of the contract. (end of provision) The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1000 employees. This acquisition is 100% set-aside for small business. BACKGROUND The National Institute of Standards and Technology (NIST)/Center for Nanoscale Science and Technology (CNST) has a requirement for the procurement of a microplate reader to be used for reading the results of enzymatic protein assays and DNA assays. The equipment will be used in the Nano/Micro Biomedical Measurement Devices Laboratory of the Center for Nanoscale Science and Technology (CNST) user facility. The Nano/Micro Biomedical Measurement Devices Laboratory creates novel microfluidic platforms for body-on-a-chip applications. The plate reader will be used to measure metabolite concentrations that are produced inside those body-on-a-chip devices. The reader will provide the ability to measure protein and DNA concentrations that are associated with toxic reactions inside the human body, thereby enhancing CNST's capability to serve the biomedical community. All items must be new. Prototypes, first articles, demonstration models, used, refurbished or otherwise developmental systems, will not be considered for award. All offerors shall provide a quotation for the following line item: CLIN 0001 (Firm-Fixed Price): One (1) MICRO PLATE READER which shall meet or exceed the minimum specifications identified below: 1.The microplate reader shall be capable of reading optical density (absorbance of light) in the range of 230 nm - 999 nm with a bandwidth of 4 nm or less. 2.The microplate reader shall be capable of reading fluorescence in the range of 250 nm - 850 nm. The instrument shall have variable bandwidth monochromators so that he excitation and emission wavelengths for fluorescence measurements shall be adjustable in 1 nm steps. 3.The microplate reader shall be capable of reading luminescence in the range of 300 nm - 850 nm. 4.The microplate reader shall have a photometric range of 0-4.0 OD. 5.The microplate reader shall be capable of controlling temperatures between 5 ˚C above ambient temperature and 65˚C in 1˚C steps, or via a programmable, timed ramp. The temperature shall be uniform across a 96-well plate with a maximum deviation of ± 0.2°C. 6.The microplate reader shall be capable of performing fluorescence, absorbance and luminescence spectral scans. 7.The microplate reader shall have the capacity to read standard 96-well plates available from standard suppliers like Fisher Scientific or VWR. 8.The microplate reader shall be capable of kinetic measurements. 9.The microplate reader shall be operated from a computer with appropriate software, or from a touchscreen on the equipment. 10.The microplate reader shall operate with standard US electrical supply of 120V 50/60Hz. 11.The microplate reader must allow for the installation of polarization filters For data acquisition 1.The microplate reader must be computer-controlled and include state of the art data acquisition software. 2.The software must be able to handle experimental set-ups, wavelength selections, and experimental modes. 3.The software must be capable of storing data in a hardware-independent readable format. Upgrades The microplate reader shall allow for reagent dispensing capability to automatically dispense reagents in all detection modes and plate types, for a later upgrade. Equipment that shall allow for a future upgrade, shall be given stronger technical consideration. TRADE-IN-CREDIT: The Government has the following equipment available for trade-in credit: One (1) Molecular Devices Model Spectra Max Gemini EM, Serial #EM01109. The equipment available for trade-in credit is performing with limited capabilities. The equipment is approximately fifteen (15) years old. The Contractor may provide a trade-in credit for the above equipment. A trade-in credit is not required. However, proposed trade-in credit shall be applied to the total amount of the price quotation during price evaluation. SITE PREPARATION Not Applicable, Contractor will not be installing or providing any site preparation services. DELIVERY FOB Destination delivery terms are requested. Delivery shall be completed within 16 weeks from date of an award. The Contractor shall deliver all equipment to NIST, Building 215, Loading Dock, Gaithersburg, MD 20899-1640. FOB Destination means: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for any loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. All shipping costs shall be included in the total firm-fixed price. DOCUMENTATION The Contractor shall provide the following documentation upon delivery of the system. All documentation must be provided in both electronic format. i. The microplate reader shall include one copy of instruction/use booklets that include instructions for installing, operating and performing preventative maintenance; identification of service parts with manufacturer's part number, and quantity required for preventative maintenance purposes; and results of all production quality control tests. INSTALLATION: Installation by the Contractor is not required for this equipment. TRAINING: The contractor shall provide one (1) training session for up to three (3) users at NIST following installation. The training shall provide a thorough demonstration of all system functions, maintenance, data administration, and basic troubleshooting. Training must be scheduled, in advance, with the NIST Technical Point of Contact (TPOC). Training shall be included in the total firm-fixed price. WARRANTY: A one (1) year standard commercial warranty shall be included. However, additional consideration shall be given to longer warranties. The warranty shall be included in the total firm-fixed price. PROVISIONS AND CLAUSES: The following provisions and clauses apply to this acquisition and are hereby incorporated by reference. All FAR clauses may be viewed at http://acquisition.gov/comp/far/index.html. PROVISIONS: 52.204-7, System for Award Management; 52.204-16, Commercial and Government Entity Code Reporting; 52.204-17, Ownership or Control of Offeror; 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations-Representation; 52.212-1, Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications -- Commercial Items (Jan 2017) The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (s) of this provision. Per Court Injunction dated 24 Oct 2016 and OMB memo dated 25 Oct 2016 the following definitions of FAR 52.212-3 are not implemented into this solicitation. "Administrative merits determination" "Arbitral award or decision" Paragraph (2) of "Civil judgment" "DOL Guidance" "Enforcement agency" "Labor compliance agreement" "Labor laws" "Labor law decision" Per Court Injunction dated 24 Oct. 2016 and OMB memo dated 25 Oct. 2016 paragraph (s) of 52.212-3 is not implemented into this solicitation. 52.225-4 -- Buy American -- Free Trade Agreements - Israeli Trade Act Certificate. (ALT I)) Buy American -- Free Trade Agreements--Israeli Trade Act Certificate (May 2014) (a) The offeror certifies that each end product, except those listed in paragraph (b) or (c) of this provision, is a domestic end product and that for other than COTS items, the offeror has considered components of unknown origin to have been mined, produced, or manufactured outside the United States. The terms "Bahrainian, Moroccan, Omani, Panamanian, or Peruvian end product," "commercially available off-the-shelf item," "component," "domestic end product," "end product," "foreign end product," "Free Trade Agreement country," "Free Trade Agreement country end product," "Israeli end product," and "United States" are defined in the clause of this solicitation entitled "Buy American-Free Trade Agreements-Israeli Trade Act." (b) The offeror certifies that the following supplies are Canadian end products as defined in the clause of this solicitation entitled "Buy American-- Free Trade Agreements--Israeli Trade Act": Canadian Line Item No.:Country of Origin: [List as necessary] (c) The offeror shall list those supplies that are foreign end products (other than those listed in paragraph (b) of this provision) as defined in the clause of this solicitation entitled "Buy American--Free Trade Agreement--Israeli Trade Act." The offeror shall list as other foreign end products those end products manufactured in the United States that do not qualify as domestic end products, i.e., an end product that is not a COTS item and does not meet the component test in paragraph (2) of the definition of "domestic end product." Other Foreign End Products: Line Item No.:Country of Origin: [List as necessary] (d) The Government will evaluate offers in accordance with the policies and procedures of Part 25 of the Federal Acquisition Regulation. 52.225-18, Place of Manufacture; 52.225-25, Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran 52.209-11 Representation by Corporation Regarding Delinquent Tax Liability or a Felony Conviction under and Federal Law. Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter a contract with any corporation that- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that- (1) It is □ is not □ a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability; and (2) It is □ is not □ a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. (End of provision) CLAUSES 52.204-13, System for Award Management Maintenance; 52.204-18, Commercial and Government Entity Code Maintenance; 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (NOV 2013); 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.204-7, (September 2012) System for Award Management Registration; 52.204-10, Reporting Executive Compensation and First Tier Contract awards; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-28, Post Award Small Business Program Representation; 52.222-3, Convict Labor; 52.222-19, Child Labor - Cooperation With Authorities And Remedies; 52.222-21, Prohibition of Segregated Facilities; 52-222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-50, Combating Trafficking in Persons; 52.223-18, Contractor Policy to Ban Text Messaging While Driving; 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act w/Alt I; 52.225-13, Restriction on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.232-39, Unenforceability of Unauthorized Obligations; 52.232-40, Providing Accelerated Payment to Small Business Subcontractors; 52.247-35, F.O.B. Destination, Within Consignee's Premises CAR CLAUSES FULL TEXT CAN BE ACCESSED AT: http://farsite.hill.af.mil/VFCARA.HTM 1352.201-70, Contracting Officer's Authority; 1352.209-73, Compliance With the Laws; 1352.209-74, Organizational Conflict of Interest; 1352.246-70, PLACE OF ACCEPTANCE (APR 2010) (a) The Contracting Officer or the duly authorized representative will accept supplies and services to be provided under this contract. (b) The place of acceptance will be: 100 Bureau Drive Building 216, Room E120 Gaithersburg, Maryland 20899 (End of clause) INSPECTION AND ACCEPTANCE Inspection and acceptance shall take place upon installation in Bldg. 216, Room E120. In addition to the inspection and acceptance terms articulated in 52.212-4, the Government reserves the right to perform such performance tests and evaluations as defined below to verify specified system performance. Such tests and evaluations, if performed, shall be conducted within the environment that the system is to be operated. The Contractor has the right to be present during the tests and evaluations, if performed, at the Contractor's expense. Operation of unit will be tested on liquids and solids labeled with autoclave tape to verify that the unit meets the technical specifications after installation. Final Government acceptance shall take place within 7 days from date of receipt of the equipment. INSTRUCTIONS: System for Award Management (SAM) Registration In accordance with FAR 52.204-7, the awardee must be registered in the System for Award Management (www.sam.gov) prior to award. Refusal to register shall forfeit award. DUE DATE FOR QUOTATIONS Offerors shall submit their quotations so that NIST receives them not later than 12:00 p.m. Eastern Time on May 11, 2017. FAX quotations shall not be accepted. E-mail quotations shall be accepted at joni.laster@nist.gov and patrick.staines@nist.gov. Please reference the RFQ number in the subject line of email communications. Offerors quotations shall not be deemed received by the Government until the quotation is entered in the e-mail inbox set forth above. ADDENDUM TO FAR 52.212-1, QUOTATION PREPARATION INSTRUCTIONS 1) VOLUME I - TECHNICAL QUOTATION: The quoter shall submit one (1) copy of the technical quotation. The technical quotation shall address the following: TECHNICAL CAPABILITY: The offeror shall submit a technical description and/or product literature for the equipment it is proposing, which clearly identifies the manufacturer, make and model. The offeror must demonstrate that its proposed equipment meets or exceeds each minimum requirement described in the statement of work by providing a citation to the relevant section of its technical description or product literature. If applicable, evidence that the Offeror is authorized by the original equipment manufacturer to provide the item(s) in the quotation should be included. If standard product literature and/or technical descriptions do not address all required specifications, offerors must provide narratives and or explanation of the work that will be performed to meet the requirement(s). 2) VOLUME II - PAST PERFORMANCE PAST PERFORMANCE: The offeror shall provide past performance information regarding relevant contracts over the past three years with Federal, state, or local governments, or commercial customers. A list of references, preferably at least 3, if available, to whom the same or similar equipment and or service has been provided. The list of references shall include, at a minimum: 1. The name of the reference contact person and the company or organization; 2. The telephone number and email address of the reference contact person; 3. The contract or grant number, the amount of the contract and the address and the telephone number of the Contracting Officer if applicable; the date of delivery or the date services were completed and a description of the equipment sold to each reference. If the offeror has no relevant past performance, it may include a statement to that effect in its quotation. The government reserves the right to consider data obtained from sources other than those described by the offeror 3) VOLUME III - PRICE QUOTATION: The quoter shall submit (1) one copy of the completed price schedule. The pricing quotation shall be separate from any other portion of the quotation. The quoter shall propose a firm-fixed-price, FOB Destination, for each CLIN. Contractor shall state express warranty coverage. Price quotations shall remain valid for a period of 90 days from the date quotations are due. 4) ACCEPTANCE OF TERMS AND CONDITIONS (ADDENDUM TO FAR 52.212-1 (B) (11)): THIS IS AN OPEN-MARKET SOLICITATION FOR EQUIPMENT AS DEFINED HEREIN. THE GOVERNMENT INTENDS TO AWARD A PURCHASE ORDER AS A RESULT OF THIS SOLICITATION THAT WILL INCLUDE THE CLAUSES SET FORTH HEREIN. THE QUOTATION SHALL INCLUDE ONE OF THE FOLLOWING STATEMENTS: "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following: Quoter shall list exception(s) and rationale for the exception(s) Note: This procurement is not being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If an quoter submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the quoters FSS or GWAC contract, and the statement required above shall be included in the quotation. 5) The Dun and Bradstreet Number (DUNS number) for the quoter's active System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to receive an award. QUOTATION EVALUATION: EVALUATION FACTORS: Award shall be made to the offeror whose quotation offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical Capability 2) Past Performance and 3) Price. Technical Capability and Past Performance, when combined, shall be considered approximately equal in importance to price. TECHNICAL CAPABILITY: All items must be new. Prototypes, used or refurbished instruments will not be considered for award. Evaluation of technical capability shall be based on the information provided in the quotation. NIST will evaluate whether the offeror has demonstrated that its proposed equipment meets or exceeds all minimum requirements. Quotations that do not demonstrate the proposed equipment meets all requirements will not be considered further for award. If an offeror does not indicate whether its proposed equipment meets a certain minimum requirement, NIST will determine that it does not. Offerors that propose equipment that exceeds the stated minimum specifications will be rated higher under this factor. Under the technical capability evaluation factor, equipment that allows for the upgrades as identified under the minimum requirements above, and provides greater than a one year warranty, at no additional cost, shall be given additional technical consideration. PAST PERFORMANCE: The will evaluate the Offerors past performance information and, if appropriate, its proposed subcontractors' past performance to determine its relevance to the current requirement and the extent to which it demonstrates that the offeror has successfully completed relevant contracts in the past five years. In assessing the offerors past performance information, NIST will evaluate, as appropriate, successful performance of contract requirements, quality and timeliness of delivery of goods and services, cost management, communications between contracting parties, proactive management and customer satisfaction. Evaluation of this factor will be based on information contained in the technical portion of the quotation and information provided by references. The Government will evaluate past performance information by contacting appropriate references, including NIST references, if applicable. The Government may also consider other available information in evaluating the offerors past performance. The Government will assign a neutral rating if the offeror has no relevant past performance information. Price: The Government will evaluate price for reasonableness. A trade-in credit is not required. However, proposed trade-in credit shall be applied to the total amount of the price quotation during price evaluation. 1352.233-70 AGENCY PROTESTS (APR 2010) (a) An agency protest may be filed with either (1) the Contracting Officer, or (2) at a level above the Contracting Officer, with the agency Protest Decision Authority. See 64 Fed. Reg. 16,651 (April 6, 1999). (b) Agency protests filed with the Contracting Officer shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: PATRICK STAINES, CONTRACTING OFFICER 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (c) Agency protests filed with the Protest Decision Authority shall be sent to the following address: NIST/ACQUISITION MANAGEMENT DIVISION ATTN: HEAD OF THE CONTRACTING OFFICE (HCO) 100 Bureau Drive, MS 1640 Gaithersburg, MD 20899 (d) A complete copy of all agency protest, including all attachments, shall be served upon the Contract Law Division of the Office of the General Counsel within one day of filing a protest with either the Contracting Officer or the Protest Decision Authority. (e) Service upon the Contract law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 1352.233-71 GAO AND COURT OF FEDERAL CLAIMS PROTESTS (APR 2010) (a) A protest may be filed with either the Government Accountability Office (GAO) or the Court of Federal Claims unless an agency protest has been filed. (b) A complete copy of all GAO or Court of Federal Claims protests, including all attachments, shall be served upon (i) the Contracting Officer, and (ii) the Contract Law Division of the Office of the General Counsel, within one day of filing a protest with either GAO or the Court of Federal Claims. (c) Service upon the Contract Law Division shall be made as follows: U.S. Department of Commerce Office of the General Counsel Chief, Contract Law Division Room 5893 Herbert C. Hoover Building 14th Street and Constitution Avenue, N.W. Washington, D.C. 20230 FAX: (202) 482-5858 (End of clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB134117RQ0382/listing.html)
- Place of Performance
- Address: 100 Bureau Drive, Gaithersburg, Maryland, 20899, United States
- Zip Code: 20899
- Zip Code: 20899
- Record
- SN04488675-W 20170429/170427235518-253d15987d85626df6083f5021ca1abf (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 |