SOLICITATION NOTICE
66 -- Mass Cytometry Imaging System for Mass Cytometers - Attachments
- Notice Date
- 8/7/2018
- 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
- NIHDA201800405
- Archive Date
- 8/28/2018
- 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 and payment provisions 52.212-5 (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 NIHDA201800405 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 $250,000.00. 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. The Division of Pre-Clinical Innovation (DPI) at NCATS plans, conducts and uses both internal and contract resources to advance collaborative research projects across the pre-clinical phases of the translational science spectrum. Specifically, this division: Plans, conducts and collaborates on research to develop new methods and technologies to enhance pre-clinical processes; Plans, conducts and collaborates on research to evaluate existing and developing approaches, technologies, and processes in the pre-clinical spectrum; Supports training programs relevant to pre-clinical phases of translational science; Allocates DPI resources to pre-clinical extramural and intramural investigators; Collaborates with other NIH Institutes and Centers and the scientists they support; Consults with stakeholders, including patients, industry and regulators. The Stem Cell Translation Laboratory (SCTL) is a new state-of-the-art research facility within the DPI and is dedicated to addressing the scientific and technological challenges in the induced Pluripotent Stem Cells (iPSC) field. The progress made in stem cell biology over the past decade has opened up many new possibilities for basic and translational scientists worldwide. iPSCs are particularly useful because scientists can differentiate them into many cell types to use for research or therapies. NCATS purchased one (1) Helios CyTOF (Mass Cytometer) System from Fluidigm Corporation, located at 7000 Shoreline Court, San Francisco, CA, 94080, on September 27, 2016 via contract award no. HHSN271201600050A. SCTL has a requirement to purchase, on a Brand-Name or Equal basis, quantity one (1) Mass Cytometry Imaging System for mass cytometers, to the Hyperion Imaging System Package for Mass Cytometers, to be efficiently operable with the existing Helios CyTOF System manufactured by the Fluidigm Corporation. The Hyperion Imaging System manufactured by the Fluidigm Corporation is a high-parameter imaging system capable of analyzing up to 50 individual parameters at single-cell resolution in tissue sections, including protein markers at subcellular resolution in fixed tissue sections and cell smears. The Hyperion Imaging System Package for Mass Cytometers is comprised of a Hyperion Tissue Imager, a Helios and the Hyperion software for data acquisition and visualization. This system will allow SCTL to study the effects of multi-cell type micro-environment, spatial relationships to the differentiation process, and cell fate commitment. During organismal development, a cell's location determines its exposure to growth factors and interaction with adjacent cells. SCTL scientists will also gain the added availability to record spatial information including cell morphology, localization, and cell interactions of the microenvironments. As a result, SCTL scientists will be able to perform highly parallelized epitope analysis (multiplex up to 50 target proteins). Metal-labeled antibodies results in no background signals and the linear dynamic range is at least 5 orders of magnitude. The Hyperion Imaging System is an imaging-based cytometry that provides highly sensitive marker expression signals using metal-labeled antibodies and is capable of recording the spatial information of tissue or multi-cell types culture and can simultaneously measure up to 50 protein marker expression at single cell level with the information of cell location. Purpose and Objective: The purpose of this requirement is to obtain a Mass Cytometry Imaging System for Mass Cytometers in accordance with the specifications described in this notice, on a Brand-Name-Or-Equal basis to the Hyperion Imaging System manufactured by the Fluidigm Corporation including the Part Numbers, or equal, and Salient Characteristics needing to be achieved. The Imaging System Package for Mass Cytometers will allow SCTL scientists to perform image analysis, as well as integrated single-cell proteomics (CyTOF measurements) with image-based spatial information to investigate spatial and phenotype interaction at the single cell level. The subject supply shall be warrantied in accordance with the Offeror's standard commercial warranty practices. The Mass Cytometry Imaging System for Mass Cytometers must 1) provide detailed quality control (QC) standards to define pluripotency and differentiated cell types; 2) use multi-omics methods to assess molecular and cellular variations/signatures in cellular phenotypes derived from iPSCs; 3) develop standardized methods for producing mature cells from iPSCs that meet QC and reproducibility standards; and 4) discover, validate and disseminate small molecule reagents to replace expensive recombinant proteins, xenogenic material and undefined media components in cell differentiation protocols. SCTL scientists will be able to deeply interrogate tissues and tumors at subcellular resolution while preserving the information in tissue architecture and cellular morphology to uncover new biomarker correlations and cell interactions. This allows researchers to detect discrete signals from each ionized metal tag based on differences in mass instead of wavelength at 1 Da resolution, and in contrast to fluorescence results, get uniform staining with minimal background. 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: Mass Cytometry Imaging System Package for Mass Cytometers including Computer and Software and tissue imager that includes Nd:YAG deep UV solid state laser for ablation at 20Hz (tuning only), and 100/200Hz (ablation); Optical system with UV focusing components of laser source to < 1um2 ablation spot size; Ablation chamber with a sample slide positioning stage for sub-micron positioning accuracy and Coupling system for connection between the Tissue Imager and the Helios for transferring ablated sample streams to the ICP for analysis. The Imaging System Package for Mass Cytometers shall consist of the following technical specifications: Power: 200 VA; Operating voltage: 100-240 VAC; Operating frequency: 50/60 Hz; Power dissipation, full load: <75 W; Recommended Operating Temperature: 18-25 °C; Optimal Temperature: 21°C ± 1 °C; Height: 134 (53) cm (in); Input: AC Power, Argon Gas, Helium Gas, Sample Slide; Output: Ablated Sample, USB 2.0 communication cable, USB 3.0 camera, Trigger (Data acquisition card). Covered by the manufacturers basic warranty in accordance with standard commercial warranty practice, including inside delivery, after receipt of an order, preventive maintenance and installation and training. This requirement includes obtaining on a Brand-Name or Equal basis the following product specifications listed with Product Number and Product Description (Quantity 1 each): 1. Hyperion Imaging System Package for Mass Cytometers (Item # 108701); 2. Hyperion Tissue Imager Installation (Item # 108604); 3. Hyperion Tissue Imager 101 Training (Item # 108601); 4. Hyperion Tissue Imager 201 Training (Item # 108600); 5. Hyperion Tissue Imager Preventive Maintenance (Item # 108605). 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 4 weeks after 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. (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, incorporated by reference: (a) 52.211-6 Brand Name or Equal (Aug 1999). (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. To assist in determining price reasonableness, 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 NIHDA201800405. 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
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800405/listing.html)
- Record
- SN05024629-W 20180809/180807231448-05bb63d0fac39e0eddaf57430234ce3b (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 |