SOLICITATION NOTICE
66 -- Procurement of a brand name or equal Formulatrix MANTIS Liquid handling device
- Notice Date
- 4/26/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E128, Rockville, Maryland, 20852, United States
- ZIP Code
- 20852
- Solicitation Number
- N02CO82544-36
- Archive Date
- 5/22/2018
- Point of Contact
- David H. Romley, Phone: 2402767822
- E-Mail Address
-
david.romley@nih.gov
(david.romley@nih.gov)
- Small Business Set-Aside
- N/A
- Description
- Title: Procurement of a brand name or equal Formulatrix MANTIS Liquid handling device Document Type: Combined Synopsis / Solicitation Notice Solicitation Number: N02CO82544 - 36 Proposed Posted Date: 4/26/18 Proposed Response Date: 5/7/18 Classification Code: 66 - Instruments and laboratory equipment NAICS Code: 334516 - Analytical Laboratory Instrument Manufacturing Business Size Standard: 1000 Employees Contracting Office Address Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E122, Bethesda, MD 20892, UNITED STATES. Non-USPS mail such as Fedex UPS and other private carriers please use Rockville, MD 20850. The National Cancer Institute (NCI), Center for Cancer Research (CCR), Office of the Director (OD), would like to procure a Brand Name or Equal Formulatrix MANTIS Liquid handling device. 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. N02CO82544 - 36 includes all applicable provisions and clauses in effect through FAR FAC 2005-97 (JAN 2018) simplified procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1000 employees. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. I. Description of Requirement The MANTIS is an easy to program, low volume, low dead-volume, non-contact reagent dispenser. The Mantis can be configured with up to 24 different reagents, has a dispense range of 100 nl - 2 ml, can dispense any volume into any well, and is compatible with any plate density up to 1536. To minimize dead volume, reagents can plug directly into microfluidic chips. Dead volumes can be further reduced to 6 μl by using pipette tips as reagent reservoirs. This feature is ideal for dispensing Next Generation Sequencing (NGS) sample prep reagents. NCI's goal is to pair this dispensing device with its government-owned Agilent Bravo liquid handler system in their workflow for NGS library preparations, specifically using Agilent SureSelect Strand Specific RNA library kits. With the high cost of sequencing reagents and the call for reproducible data in translation genomics research, the Mantis, microfluidic handler, will provide a solution for automation of sequencing experiments with a balance between value and cost. In addition to the NGS application, Mantis can be used for cell-dispensing in cell-based assays, automation and miniaturization of immunoassays, as well as PCR/qPCR assays. This dispenser has a small footprint and will be accommodated within core space. The following product features/characteristics are required for this requirement: • Dispense volumes as low as 100 nl to 2 mL • Dead volume > 10 uL • Positive displacement dispensing • Support 96 and 384-well format • Liquid handling software capable of importing.CSV experiment designs • Instrument must be compatible with existing Government own Agilent Bravo Liquid handler (NIH # 02006818). • A minimum 12-month manufacturer warranty must be included • Shipping/Handling costs must be included in the quote. NCI will not be responsible in the event charges are not included in the quote. • Installation charges must be included in the quote. II. Delivery: Contractor shall deliver the item(s) within 6 weeks after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. Upon award, contractor must notify the NCI Technical Point of Contact to schedule the delivery. III. Payment: Payment shall be made after delivery and acceptance by the Technical Point of Contact. Payment authorization requires submission and approval of invoice by the NCI COR and NIH Commercial Accounts. QUESTIONS ARE DUE: April 30, 2018 The purchase order will be awarded to the Lowest Price Technically Acceptable (LPTA). The award will be made on the basis of the lowest evaluated price of quotations meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. The technical evaluation will be a determination based on information furnished by the vendor. The Government is not responsible for locating or securing any information which is not identified in the quote. The Government reserves the right to make an award without discussions. PROVISIONS AND CLAUSES: 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 modifications the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications (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. 52.212-1 Instructions to Offerors Commercial Items (Jan 2017); 52.212-2 Evaluation Commercial Items (OCT 2014): FAR clause 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-COMMERCIAL ITEMS- (Jan 2017) WITH DUNS NUMBER ADDENDUM {52.204-6 (Oct 2016)}; FAR Clause 52.212-4 CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (Jan 2017); FAR Clause 52.212-5: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (Jan 2018). 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 (Sept 2006) FAR Clause 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) FAR Clause 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) FAR Clause 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) FAR Clause 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) FAR Clause 52.219-28, Post Award Small Business Program Representation (Jul 2013) FAR Clause 52.222-3, Convict Labor (June 2003) FAR Clause 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) FAR Clause 52.222-21, Prohibition of Segregated Facilities (Apr 2015) FAR Clause 52.222-26, Equal Opportunity (Sep 2016) FAR Clause 52.222-35, Equal Opportunity for Veterans (Oct 2015) FAR Clause 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) FAR Clause 52.222-37, Employment Reports on Veterans (Feb 2016) FAR Clause 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) FAR Clause 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) FAR Clause 52.225-1, Buy American Act--Supplies (May 2014) FAR Clause 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (May 2014) Alternate II (May 2014) of 52.225-3 FAR Clause 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) FAR Clause 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) Full text copies of the representations and certifications for other cited provisions and clauses may be obtained online at the NCI website at http://ncioa.cancer.gov/oa-internet/ or from David Romley, Contract Specialist at David.Romley@nih.gov OFFERORS: Offers 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 the valid certification registrations of the offeror's Central Contractor Registration (CCR) and Online Representations and Certifications Applications (ORCA) through www.sam.gov. Offerors providing an "equal" product must submit additional documentation that highlights and describes how the offer is equal in accordance with FAR Clause 52.211-6. Quotations must be received in the NCI-OA contracting office by 12:00 p.m. EST on May 7, 2018. Please refer to solicitation number N02CO82544 - 36 on all correspondence. Faxed quotations will NOT be accepted. Quotations may be submitted via email to David Romley, Contract Specialist at David.Romley@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above. In order to receive an award, contractors must be registered and have valid certification in the System for Award Management through sam.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/RCB/N02CO82544-36/listing.html)
- Record
- SN04901822-W 20180428/180426230749-5753ef50de2823ceda2bf76509bac096 (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 |