Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 04, 2018 FBO #6098
SOLICITATION NOTICE

66 -- Mass Spectrometer for the expansion of mass spectrometry capabilities - Attachments

Notice Date
8/2/2018
 
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
NIHDA201800369
 
Archive Date
8/23/2018
 
Point of Contact
Hunter A Tjugum, Phone: 3018275304
 
E-Mail Address
hunter.tjugum@nih.gov
(hunter.tjugum@nih.gov)
 
Small Business Set-Aside
N/A
 
Description
Invoice provisions 52.212.5 clause Subcontracting Plan template (i) 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. (ii) The solicitation number is NIHDA201800369 and the solicitation is issued as a Request for Quotation (RFQ) on a Full and Open competitive basis. 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-Test Program for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold of $150,000.00. A Fixed-Price type of contract is contemplated for any resulting contract entered into as a result of this solicitation. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Regulation (FAR) Federal Acquisition Circular (FAC) Number/Effective Date: 2005-99-1 July 16, 2018. (iv) The North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with size standard 1,000 employees. (v) Background The National Center for Advancing Translational Sciences (NCATS) at the National Institutes of Health (NIH) was officially established in fiscal year 2012 to transform the translational science process so that new treatments and cures for disease can be delivered to patients faster. NCATS, one of 27 Institutes and Centers (ICs) at NIH, strives to develop innovations to reduce, remove or bypass costly and time-consuming bottlenecks in the translational research pipeline in an effort to speed the delivery of new drugs, diagnostics and medical devices to patients. Through collaborations with industry, academia, patient advocacy and other nonprofit groups and in cooperation with other NIH ICs and government agencies, NCATS provides: Pre-clinical drug development expertise and access to resources; assistance generating data needed for regulatory approval; and a variety of mechanisms to streamline partnerships and collaborations. NCATS collaborates with investigators to study and develop compounds and molecules to further translational research. The Division of Preclinical Innovation (DPI) within NCATS strives to create and test innovative methods to improve and accelerate the drug development process and find new treatments for patients faster. DPI discovers new uses for approved drugs to provide the quickest possible transition from bench to bedside through early- and late- stage Drug repurposing. DPI develops better model systems for drug and toxicity testing and identifies and rigorously validates the molecular targets underlying disease progression. Using state-of-the-art resources to enable the ongoing operation of all NCATS translational research activities, DPI's cross-cutting core technologies enable the ongoing operation of all the Center's research activities in the fields of automation, compound management, analytical chemistry and informatics, among others. Purpose and Objective: The purpose of this requirement is to obtain a Mass Spectrometer to accommodate the expanding scientific needs of numerous programs within NCATS in accordance with the specifications described in this notice, on a Brand-Name-Or-Equal basis to the Thermo Scientific TM Orbitrap Fusion Lumos TM MS system, manufactured by Thermo Electron North America, LLC, including the Part Numbers, or equal, and Salient Characteristics needing to be achieved. The subject supply shall be warrantied in accordance with the Offeror's standard commercial warranty practices. In addition to enhancing existing mass spectrometry experimental capabilities, a state-of-the-art mass spectrometer will enable analysis techniques not currently available within the Center. Mass Spectrometry is an extremely powerful analytical tool that chemists and biologists use in the identification and quantitation of various chemical entities ranging in size from small molecules to antibodies. Access to a next generation MS instrument that possesses the highest level of experimental capabilities is imperative to propel DPI research forward in the successful pursuit of the NCATS mission. Product Description: Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government's needs. Specifically, the following are considered the salient characteristics for this requirement: Combines quadrupole, linear ion trap, and mass analyzers and features CID, HCD, ETD and EThcD fragmentation techniques, available at any stage of MSn analysis, with subsequent mass analysis in either ion trap or mass analyzer. Inlet source housing with x- and y-direction probe positioning and a fixed on-axis view port. All gas and voltage connections hard connected automatically, generating fluoranthene anions for electron transfer dissociation (ETD) and the internal calibrant ions for real-time mass calibration of any spectrum. Independent dual barrel syringe pump and injector/divert valve with mounting bracket controlled via the data station for maximum flexibility. Vacuum system containing a split-flow turbomolecular pump, which controls the vacuum in multiple regions for improved vacuuming resulting in improved ion transfer to the mass analyzer High capacity transfer tube and an electrodynamic ion funnel to capture and efficiently focus ions in a tight beam with active beam guide to reduce noise by preventing neutrals and high-velocity clusters from entering the mass filter. Segmented quadrupole mass filter consisting of segmented 4mm field radius quadrupole mass analyzer with a hyperbolic surface providing excellent peak shape and transmission with a minimum resolution. Mass Analyzer with an m/z range of 50-6000, resolving power of up to 500,000 FWHM and isotopic fidelity of up to 240,000 FWHM at m/z 200. Dual-pressure linear ion trap used for MSn precursor ion isolation, collision-induced dissociation (CID) and electron-transfer dissociation (ETD) with ions detected at maximum scan rate of 20 Hz using dual-dynode detector with high linear dynamic range for improved quantitation and a large surface area for increased lifespan and robustness. Independent dual barrel syringe pump and injector/divert valve with mounting bracket, which are both controlled via the data station for maximum flexibility. A Computer System and Processor with Memory, Graphics Monitor, Video, Hard Drive, DVD, Keyboard, Mouse and Operating System with software licenses and Computer Configuration shall be included and specified by Offeror. System accessories, installation and any application performance testing by trained field service engineers to assure components and system are functioning properly and that the installation specifications are met. Covered by the manufacturers basic warranty in accordance with standard commercial warranty practice, including inside delivery after receipt of an order and installation and training. This requirement includes obtaining on a Brand-Name or Equal basis the following product specifications listed with Product Number, Product Description, and Quantity: FSN02-10002; ORBITRAP FUSION LUMOS, ETD READY; 1 FETD2-10002; ETD RF KIT, ORBITRAP FUSION LUMOS; 1 FETD2-10001; IC KIT, ORBITRAP FUSION LUMOS; 1 OPTON-20045; KIT, PREINSTALLATION, ORBITRAP FUSION; 1 OPTON-30795; SW, PROTEOME DISCOVERER 2.2 BASE&QUAN; 1 ES072; Nanospray Flex Ion Source Kit (NG); 1 702-027700; 3-DAY LSMS TRNG COURSE AT CUSTOMER SITE; 1 OPTON-30816; SW, BIOPHARMA 3.0 ALL WORKFLOW; 1 OPTON-30683; SW, PROSIGHTPC 4.0; 1 OPTON-30685; SW, PROSIGHTPD HIGH MASS 1.1; 1 00012-01-00045; UPS, 6.0kVA, POWERVAR 22060-83R, RoHS; 1 OPTON-30626; SW, TRACEFINDER 4.1 QUAN; 1 701-054574; Unity Exended Warranty Lumos ETD System; 3 5200.0355; U3000 NANO FLOW RSLCNANO SYS W/O DET; 1 701-004601; UNITY EX WARRANTY NANO/CAP FLOW PUMP; 3 701-007401; EXT WRNTY WPS-3000TPL RS NANO WP SMPLR; 3 6041.7902A; FLOW METER, BIOCOMP., CAP NCS-3X00; 1 6041.7903A; FLOW METER, BIOCOMP., MICRO NCS-3X00; 1 701-079401; 3 day LSMS Application Support at custom; 2 Delivery, Inspection and Acceptance: Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or factory warranty schedules in accordance with standard commercial practice, as applicable. Inspection and acceptance will be performed at a Government facility located at 9800 Medical Center Drive, Rockville, MD 20850. The Government expected build time and delivery is 5-7 weeks after contractor receipt of any contract resulting from this solicitation. (vi) The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. The following is provided as an addendum to FAR clause 52.212-1, Instructions to Offerors: Installation and any onsite training should be quoted on separate line items. Shipping and handling cost must be included in any quotation submitted in response to this solicitation. Offerors should indicate an estimated delivery time in full after receipt of an order and any other training or warranty schedules applicable. Offerors must indicate if any applicable extended warranty coverage (EWC) is only offered at time of purchase in accordance with the Offeror's standard commercial practice, and the length of time of such warranty. Offerors must indicate on their quote if the supply offered is of an equal type or is brand-name. SMALL BUSINESS SUB CONTRACTING PLAN: Offerors must submit a Small Business Sub-Contracting Plan with their initial offer in accordance with the NIH Small Business Sub-Contracting Plan guidance located at the following web address. The HHS SUBCONTRACTING PLAN TEMPLATE is attached to this solicitation. https://www.hhs.gov/grants/contracts/contract-policies-regulations/subcontractplan/index.html Pursuant to NIH's priority of Small Business participation, Offerors shall be required to submit a subcontracting plan in accordance with the terms of the clause entitled "Small Business Subcontracting Plan," at FAR Clause No. 52.219-9. The Small Business subcontracting goal of this acquisition is 33% small business. Offerors are expected to include a subcontracting plan for the performance period stated in their proposal. Offeror's shall submit a completed plan as it pertains to fully achieving the small business goal in the contract. HHS expects each procuring activity to establish minimum subcontracting goals for all procurements. The anticipated minimum goals for this RFP are as follows: 33% for Small Business; 5% for Small Disadvantaged Business; 5% for Women-Owned Small Business; 3% for HUBZone Small Business; and 3% for Veteran-Owned Small Business and Service-Disabled Veteran-Owned Small Business. FAR 52.219-9, Small Business Subcontracting Plan (Jan 2017), Alternate II (Nov 2016), will be applicable to any resultant contract. (vii) The provision at FAR clause 52.212-2, Evaluation - Commercial Items, applies to this acquisition. The following is an addendum to 52.212-2. Responses received to this RFQ will be evaluated on the basis of Lowest Price Technically Acceptable (LPTA). Offeror's submitting a response must provide a completed Price Quote to be evaluated and considered for award. Price quotes must indicate fixed unit pricing and total cost, including shipping cost and estimated time of delivery after receipt of order, and warranty and training considerations. Responses will be evaluated based on contractor's ability to meet the government's SALIENT CHARACTERISTICS stated in this notice and on ability to deliver required supplies. Responses to this solicitation must include clear and convincing evidence of the Offeror's capability of fulfilling the requirement as it relates to the essential government requirements stated in this solicitation. Under the lowest-price technically acceptable (LPTA) process, Offerors' will be determined to be "technically acceptable" or "technically unacceptable" based on an evaluation of responses against the following factors to determine if, as submitted, the proposal is technically acceptable. (1) Technical Capability: Offerors shall clearly indicate possessing the capability to achieve the essential salient characteristic features of this requirement. The Offeror must indicate in its quotation the ability to provide all of the requirements. The Offeror must indicate in its quotation the ability to meet the delivery requirements. Offerors submitting a response with documented technical specifications and evidence of possessing the technical knowledge, qualifications and capability and management structure needed in successfully achieving this requirement will be determined to be technically acceptable. Respondents that believe that they are manufacturers or authorized resellers of any BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order. (viii) The provision at FAR Clause 52.212-3, Offeror Representations and Certifications Commercial Items, applies to this acquisition. (ix) The provision at FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. An addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, Offeror Representations and Certifications Commercial Items, applies to this acquisition. The addendum includes the following FAR Clauses, provisions, terms and conditions: (a) 52.211-6 Brand Name or Equal (Aug 1999); (b) 52.217-7 Option to Increase Quantity as a separately priced line item (Mar 1989). (x) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition and the clause at 52.222‐51, Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration, or Repair of Certain Equipment‐‐Requirements (Nov 2007) (41 U.S.C. 351, et seq.) applies to this acquisition. See attached for the appendix to 52.212-5. (xi) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xii) The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xiii) 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. Responses to this solicitation must include clear and convincing evidence of the offeror's capability of fulfilling the requirement as it relates to the technical evaluation criteria and a price proposal. Offerors may submit historical pricing information ESSENTIALLY EQUAL to a commercial item price list or redacted contract or invoice containing the price offered to a commercial or public entity for the same or similar subject unit of supply. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, or provide a copy of the valid certifications registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet. 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 no later than the date specified in this announcement. Late responses will not be accepted. All responses must reference solicitation number NIHDA201800369. Responses must be submitted electronically to hunter.tjugum@nih.gov. Facsimile responses will not be accepted. For information regarding this solicitation, contact Hunter Tjugum by email at hunter.tjugum@nih.gov or by phone at 301-827-5304.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800369/listing.html)
 
Record
SN05018951-W 20180804/180802231734-f5e6ffd04789cdeec7adae8160cb2643 (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.