Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2018 FBO #6123
SOLICITATION NOTICE

66 -- HTX M5 Tissue Sprayer and associated hardware, or brand-name equal instrument - Solicitation

Notice Date
8/27/2018
 
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
NIHDA201800435
 
Archive Date
9/21/2018
 
Point of Contact
Kimberly Espinosa, Phone: (301) 827-3546, Jeffrey Schmidt, Phone: (301) 402-1488
 
E-Mail Address
kimberly.espinosa@nih.gov, schmidtjr@mail.nih.gov
(kimberly.espinosa@nih.gov, schmidtjr@mail.nih.gov)
 
Small Business Set-Aside
N/A
 
Description
NIH Invoice and Payment Provisions FAR 52.212-5 FAR 52.212-3 (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 NIHDA201800435 and the solicitation is issued as a request for quotation (RFQ). This acquisition is for a commercial item 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. (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-100, dated August 22, 2018. (iv) The associated NAICS code is 334516 and the small business size standard is 1,000 employees. This requirement is full and open with no set-aside restrictions. (v) To aid in the fight against opioid addiction and enhance research on pain management, NCATS is seeking a tissue analysis platform expansion to build key tissue screening capabilities into a Bruker Rapiflex MALDI-TOF/TOF mass spectrometer system. This expansion will provide a valuable expansion of capabilities to the large Rapiflex MALDI platform and allow NCATS to perform state-of-the-art assays looking at analyte levels across a range of complex tissue samples. NCATS requires one (1) HTX M5 Tissue Sprayer and associated hardware, or brand-name equal. The M5 Sprayer enables detailed MALDI-based analysis of tissue and histological samples through trypsin digestion and raster scanning across such complex samples. The HTX M5 tissue sprayer system is commercially available and can be customized with options to fit the specific laboratory needs. The brand-name requirements include: 1.One (1) HTX M5 Tissue Sprayer, outfitted with: •Pump with pressure sensor •ITO Slides Holder set that includes one (1) 4+2 Position Plate and one (1) 4+2 Masking Plate •Trypsin digestion kit •Heated tray •Spare spray nozzle 2.Field installation and training 3.Three-year warranty with preventative maintenance plan (one (1) base year and two (2) option years) (vi) Brand-name equal tissue sprayers must be similarly outfitted and have the following salient characteristics: •Compatible with the Bruker Rapiflex (vii) Delivery of the sprayer shall occur within eight (8) weeks after receipt of order. Delivery shall be made to the below address with FOB Destination. National Center for the Advancement of Translational Sciences Attention: Dr. Matthew Hall 9800 Medical Center Drive, Building B Rockville, MD 20850 Installation and on-site training shall occur shortly after delivery. The exact date and time will be determined by NCATS and the contractor. (viii) The Government plans to award a contract resulting from this solicitation. The resulting award will be made to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotations: 1.Technical approach 2.Past performance (see FAR 13.106-2(b)(3)) 3.Price Selection of the awardee will be based on a comparative evaluation of quotations in accordance with FAR 13.106-2(b)(3). Quotations may meet or exceed the stated requirements but the Government is not accepting non-equal systems. The Government reserves the right to select a response that exceeds the stated requirements, but is not required to do so. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (ix) The clause at FAR 52.217-9, Option to Extend the Term of the Contract, applies to the warranty with preventative maintenance plan portion of this acquisition, as follows: (a) The Government may extend the term of this contract by written notice to the Contractor at least 15 days before contract expiration; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months. (x) The following provisions / clauses also apply to this acquisition: •The provision at FAR 52.211-6, Brand Name or Equal •The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items •The provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. This provision is provided in full text as an attachment to this combined synopsis/solicitation. Offerors are to complete this provision and submit a completed copy with its offer. •The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items •The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. This clause is provided in full text as an attachment to this combined synopsis/solicitation. •NIH Invoice and Payment Provisions (2/2014). These provisions are provided as an attachment to this combined synopsis/solicitation. (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, product or catalog number(s); product description; what the warranty covers; 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. Respondents proposing on an equal product of the 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. 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 12:00pm EDT on Thursday, September 6, 2018, and reference solicitation number NIHDA201800435. Responses may be submitted electronically to Kimberly Espinosa, Contract Specialist, at kimberly.espinosa@nih.gov. Fax responses will not be accepted. (xiv) The name and telephone number of the individual to contact for information regarding the solicitation is Kimberly Espinosa, Contract Specialist, 301-827-3546, kimberly.espinosa@nih.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/NIH/NIDA-01/NIHDA201800435/listing.html)
 
Record
SN05057544-W 20180829/180827231107-3becae03d5ed8a24dde5cbda76d4a045 (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.