Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 22, 2018 FBO #5963
SOLICITATION NOTICE

66 -- Large CO2 Monitoring Incubator Shaker for HEK Cells - FAR 52.212-5 Applicable Clauses - FAR 52.212-3 Reps and Certs Commercial Items

Notice Date
3/20/2018
 
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, 6001 Executive Boulevard, Room 4211, MSC 9559, Bethesda, Maryland, 20892-9559, United States
 
ZIP Code
20892-9559
 
Solicitation Number
NIH-NIDA-CSS-18-4861435
 
Archive Date
4/2/2018
 
Point of Contact
Jason Williams, Phone: 3014965985, Nancy Lamon-Kritikos, Phone: 301-480-2447
 
E-Mail Address
Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov
(Jason.Williams1@nih.hhs.gov, nancy.lamon-kritikos@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
FAR 52.212-3 Offeror Representations and Certifications -- Commercial Items FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items APPLICABLE CLAUSES Title: Large CO2 Monitoring Incubator Shaker for HEK Cells 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 NIH-NIDA-CSS-18-4861435 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-Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is not expected to exceed the simplified acquisition threshold. The associated NAICS code is 334516, "Analytical Laboratory Instrument Manufacturing" and the small business size standard is 1,000 or fewer employees. This acquisition is unrestricted, with no small business restrictions. Both large and small business offers shall be considered for award. Contract Type A firm-fixed price type contract is contemplated for this requirement. Statement of Need and Purpose : The National Institute of Neurological Disorders and Stroke (NINDS) is in need of a large CO2 Incubator Shaker for growing large batches of human embryonic kidney (HEK) suspension cells in culture that express ion channel protein. Background Information and Objective: The CO2 incubator shaker is required for growing suspension cells in culture that express ion channel protein. A large volume (anywhere from 4-10 liters) of cells are required per experiment in order for protein purification purpose. A 5% CO2 level inside the chamber is required to maintain the pH of the culture of the cells. Generic Name of Product : Large CO2 Incubator Shaker [Sample] product/catalog item: Multitron Pro, 25 mm catalog #I10002P plus applicable component add-ons (or equivalent product that meets the salient characteristics as indicated below) Salient characteristics a.Incubator must be able to maintain temperature at 37C with cooling as well as heating capability. b.Capacity of the incubator must be large enough to accommodate at least six 4-liter glass culture flasks. c.Must be able to shake contained culture flasks at high speed (220 rpm) for up to 72 hours at a time. d.Incubator needs to have CO2 monitoring and hookup capability and be able to maintain 5% CO2 level inside the chamber at all times. e.Incubator must have humidity capability such that a water source can be used to add extra humidity to the inside of the chamber. f.Stacking capability: Incubator shaker must be able to be stacked on top of the two extant Multitron Standard Incuabor Shakers at NINDS, dimensions 1070 x 880 x 550 mm. Quantity : 1 Delivery Date : 60 days after receipt of order Delivery Location : National Institutes of Health Bldg 35 35 Convent Dr, Rm 3D971 Bethesda, MD 20892 Warranty : Industry standard warranty shall be provided The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. 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 this solicitation will be most advantageous to the Government on the basis of lowest price, technically acceptable. The following factors shall be used to evaluate offers: In addition to price, the Government will award a contract on the basis of technical acceptability in accordance with the Salient Characteristics section of the Purchase Description, the vendor's ability to meet the required delivery schedule contained in the Delivery Date section, and the required warranty as indicated in the Warranty section of the Purchase Description contained in this combined synopsis/solicitation. Past performance shall also be considered. (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. The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (If your Representations and Certifications are current in SAM you would only need to complete paragraph b) of this provision [which states information in SAM is up to date, or if not, what has changed]). The 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. See attached document, "FAR 52.212-5 Applicable Clauses", for clauses applicable to this acquisition. The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: There are no additional contract requirement(s) or terms and conditions applicable 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 5 PM EST March 28, 2018 and reference number NIH-NIDA-CSS-18-4861435. Responses shall be submitted electronically to Jason Williams, Contracting Officer at willjas@nida.nih.gov Fax responses will not be accepted. For any questions or further information regarding this solicitation, please contact Jason Willliams, Contracting Officer, NINDS Contracts Management Branch, NIDA, NIH at PH: 301-496-5985; E-mail: willjas@nida.nih.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIH-NIDA-CSS-18-4861435/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04861601-W 20180322/180320232037-8902568366f8331dcfb302360d568b34 (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.