SOLICITATION NOTICE
65 -- Haemonetics/ ACP215 Automated Cell Processing System
- Notice Date
- 6/15/2020 1:26:46 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH - CC BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 20-007884
- Response Due
- 6/22/2020 1:30:00 PM
- Archive Date
- 07/07/2020
- Point of Contact
- Grace Wong-Darko, Phone: 3014961199
- E-Mail Address
-
Grace.Wong-Darko@nih.gov
(Grace.Wong-Darko@nih.gov)
- Description
- This is a combined synopsis/solicitation for commercial supplies prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05, February 27, 2020. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION AND A SEPARATE SOLICITATION WILL NOT BE ISSUED. The solicitation number 20-007884 is being issued as a Request for Quotation (RFQ). The NAICS Code for this solicitation is 334516. This will be awarded as Firm-Fixed Price. This acquisition will be processed under Simplified Acquisition Procedures (SAP) and is set aside for small business. Only responsible small business sources may submit an offer that will be considered by this agency. The Government reserves the right to award a contract without discussions if the Contracting Officer determines that the initial offer(s) is/are providing the Best Value and discussions are not necessary. The solicitation is being issued as a Request for Quote (RFQ). All offers must be received by the response deadline; June 22, 2020 at 4:30 p.m. Eastern Standard Time. The National Institutes of Health (NIH), Clinical Center (CC), Office of Purchasing and Contracts (OPC) has a need for Haemonietics ACP-215, 110V, LN02215-110-E Automated Cell Processing System including Unit Pack ASSY, SHAKER, and Unit Pack Assy, Printer, 110V. A. BACKGROUND AND OVERVIEW: The National Institutes of Health (NIH), Clinical Center (CC), Transfusion Services Laboratory (TSL), Lab. Services Section (LSS), has a need to approve a ""Justification for Other Than Full and Open"" requirement in accordance with FAR 6.3, Other Than Full and Open Competition. The quality for product required for ongoing experiments (clinical research) procurement action in accordance with IAW FAR 6.302-1 is based on the need to purchase the Haemonetics ACP 215 instrument. Haemonetics ACP 215 automated cell processing system provides a safe, simple way to freeze, thaw, and wash red blood cells. Red cells are glycerolized, deglycerolized, and washed in a closed disposable system and automatically re-suspended in additive solution to permit extended product storage post washing. The ACP 215 device comes with sterile disposable kits to help decrease the risk of bacterial contamination, as well as 14-day extended storage for deglycerolization. This is very critical in our practice due to high demand for rare blood products. B. OBJECTIVES Procure an instrument to preserve the red blood cell for up to 14 days after the thawing process such as the Haemonetics ACP 215. C. DELIVERY: 30 DAYS A.R.O. D. CONTRACTOR REQUIREMENTS (SCOPE OF WORK) 1. Requirements - 1x CAT.#02215-110-E� ACP215, 110V - UNIT PACK ASSY, SHAKER, ACP215 - UNIT PACK ASSY, PRINTER, 110V - FREIGHT 2. Deliverables Contractor is responsible to deliver and install the ACP 215 Instrument. The�System�will be shipped Monday through Thursday to: ���������� NIH/CC/DTM ��������� 10 Center Drive.� BLDG. 10/ RM. 1C711 ��������� Bethesda, MD 20892-1288 ��������� Attention:� Maxim Tynuv The contractor shall bear the cost of replacement for the automated Cell Processing System and disposables found to be damaged or defective upon receipt by NIH or for incorrect or incomplete shipments. E. Evaluation Factors Technical Acceptability Standard: The Government will evaluate the Offerors' ability to provide products and/or services that comply with the technical requirements below. Price: Prices will be evaluated, but not scored, to ensure they are fair and reasonable. Past Performance: Please provide up to three (3) references. F. PRICING Provide a fixed price quote in accordance with the above listed requirements. The Government intends to make an award(s) to that offeror whose proposal provides the best overall value to the Government. G. EVALUATION AND BASIS FOR AWARD: Award will be made to the offeror whose proposal offers the best value to the Government. The Technical Proposal will receive paramount consideration in the selection of the Offeror for award. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The trade-off selection procedures will be used to make a best value award decision. The Government reserves the right to make the award to the Offeror whose proposal provides the best value to the Government. PROPOSAL SUBMISSION FORMAT: Criteria shall be complete. The total number of pages for the technical quote shall not exceed ten (10) pages. �***The solicitation does not commit the Government to pay any cost for the preparation and submission of a quote or proposal. It is also advised that the Contracting Officer (CO) is the only individual who can legally commit and obligate the Government to the expenditure of public funds in connection with the proposed acquisition. SAM: Vendors must be registered in the System for Award Management (SAM) prior to the award of a contract. You may register by going to www.sam.gov. You will need the company Dun & Bradstreet number and banking information. QUESTIONS DEADLINE: Interested offerors shall submit questions electronically to Grace Wong-Darko, Contract Specialist via email no later than June 18, 2020 12:00 p.m. Eastern Standard Time. No Phone Calls Will Be Accepted. PROVISIONS and CLAUSES: The Full text of the Federal Acquisition Regulation (FAR) can be accessed on the internet at https://www.acquisition.gov/far/ The following provisions and clauses apply: FAR 52.212-1, Instructions to Offerors Commercial Items; FAR 52.212-2, Evaluation-Commercial Items; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions Commercial Item; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items; FAR 52.217-7, Option for Increased Quantity; FAR 52.217-9, Option to Extend the Term of the Contract; FAR 52.222-3, Convict Labor (JUNE 2003); FAR 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JAN 2018); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (SEP 2016); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014); FAR 52.222-50, Combating Trafficking in Persons (Mar 2015); 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008); FAR 52.232-18 Availability of Funds (APR 2013); FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management (JUL 2013). Please submit all proposals via email to: Grace Wong-Darko #20-007884 Grace.Wong-Darko@nih.gov
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/9bd1c0b993c040289f98de69da2789b8/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05691365-F 20200617/200615230216 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |