SOLICITATION NOTICE
66 -- Procurement of one (1) miniDAWN Multi-angle Light Scattering Instrument (MALS) or Equivalent
- Notice Date
- 6/18/2020 12:52:54 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NIH National Cancer Institute Rockville MD 20850 USA
- ZIP Code
- 20850
- Solicitation Number
- 75N91020Q00100
- Response Due
- 7/2/2020 8:00:00 AM
- Archive Date
- 07/17/2020
- Point of Contact
- Adam Hernandez, Phone: 2402765633
- E-Mail Address
-
adam.hernandez@nih.gov
(adam.hernandez@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Biochemistry and Molecular Biology (LBMB) requires the procurement of a miniDAWN multi-angle light scattering instrument or equivalent to further studies in hereditary urologic cancer at the clinical, genetic, and molecular levels. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice, and shall be processed in accordance with FAR Part 13 - Simplified Acquisition Procedures. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, 75N91020Q00100, is issued as a request for quote (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-06 (06-05-2020), simplified acquisition procedures for commercial items. The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees. THIS IS A TOTAL SMALL BUSINESS SET-ASIDE. 1.0�BRAND NAME OR EQUAL This requirement is for the procurement of the brand name or equivalent instrument described in section 4.0. The Federal Acquisition Regulation (FAR) provision FAR 52.211-6, Brand Name or Equal (AUG 1999) is applicable to this requirement. 2.0�BACKGROUND The U.S. Department of Health and Human Services (DHHS), National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Biochemistry and Molecular Biology (LBMB) requires the procurement of a miniDAWN Multi-angle Light Scattering Instrument or equivalent. LBMB conducts structural studies of proteins and protein-DNA complexes. Multi-Angle Light Scattering (MALS) equipment is required for characterizing their molecular weight.� � 3.0 TYPE OF ORDER This is a Firm-Fixed-Price Purchase Order. 4.0�PRODUCT FEATURES/SALIENT CHARACTERISTICS The required instrument shall have multi-angle light scattering for characterization of macromolecules, differential refractive index detector with high sensitivity and dynamic range, and software to analyze scattering data according to the following product features/characteristics. The instrument shall: Have at least 3-angles of scattering detection for accurate measurements of molecular weight (Mw) and root mean square radius (Rg).�The data from these 3-angles must be analyzable globally, not individually, to afford the highest levels of accuracy and precision.�� Be calibrated with pure solvent, e.g. toluene, and report absolute values for Mw and Rg to ensure accuracy.� Have a range of 200 to 10 MDa for Mw and 10 to 50 nm Rg, in particular, for larger Mw complexes. Have, for a 3-angle MALS, sensitivity sufficient to characterize 500 ng of bovine serum albumin in phosphate-buffered saline (25 ng of 100 kDa polystyrene in tetrahydrofuran at a signal to noise ratio of five or more (assuming standard 7.8 mm x 300 mm SEC column) to enasure high sensitivity of the instrument.� Be compatible with �KTATM fast protein liquid chromatography (FPLCs) platform, and operable in a cold room or refrigerator operating as low as 4C as the instrument will be operated in the cold room. Contain a user-friendly front panel interface with �health indicators�; a cell operation and maintenance enhancing technology for ultrasonic cleaning of the flow cell; a forward monitor to help determine if the sample is absorbing or assess sample quality (e.g. if the cell contains a bubble); a laser monitor for enhanced laser stability; and others. This is important for non-expert users. Have the widest dynamic range possible, to avoid the need to run a sample two or three times, under different instrument settings or even different sample preps. A dynamic range of 3,000,000:1 or higher would be suitable.� Be compatible with software that must include peer-reviewed capabilities for characterization of macromolecules by online ultraviolet, multi-angle light scattering, and refractometry including band broadening corrections; light scattering models; and protein-conjugate analysis (for glycosylated proteins, protein:dna complexes, etc.) among others.� Operate through software with a differential refractive index detector that must be capable of both differential and absolute Refractive Index (dRI and aRI), with a light source wavelength matched to the MALS for the highest levels of accuracy.� 4.1 DELIVERY / INSTALLATION Delivery shall be within 30 business days of purchase order award. All shipping/handling (including FOB) and delivery/installation fees shall be included in the quote. Upon delivery, the Contractor shall notify the NCI Technical Point of Contact (TPOC), TBD at award, to schedule the installation date and time that shall occur within 5 business days after delivery. Installation shall be performed by, or under the direct supervision of, a certified operator. The Contractor shall deliver and install the equipment at the following address: 37 Convent Drive Building 37, Room 6114E Laboratory of Biochemistry and Molecular Biology, National Cancer Institute, National Institutes of Health Bethesda, MD, 20892. 4.2 TRAINING Within 30 business days after installation, one (1) day of onsite training shall be provided for at least one (1) user of the equipment. All training expenses, including materials and/or travel expenses, shall be included in the quoted price. 4.3 WARRANTY The Contractor shall warrant that any instruments, equipment, components, or other supplies (�Supplies�) procured by this purchase are free of defects in design, material, or manufacture for a period of at least one (1) calendar year from date of acceptance by the Government. The Contractor shall warrant that all consumables or expendable parts are free of defects in design, material or manufacture for a period of at least 90 calendar days from date of acceptance by the Government. Supplies which are repaired or replaced shall be warranted for the remainder of the initial warranty period or for 90-days � whichever is greater. 5.0 PAYMENT Payment shall be made upon delivery, inspection and acceptance by the Government. Payment authorization requires submission and approval of invoices to the NCI TPOC and NIH OFM, in accordance with the payment provisions listed below: The following clause is applicable to all Purchase Orders, Task or Delivery Orders, and Blanket Purchase Agreement (BPA) Calls:� Prompt Payment (Jan 2017) FAR 52.232-25.� Highlights of this clause and NIH implementation requirements follow: I. Invoice Requirements A.�An invoice is the Contractor's bill or written request for payment under the contract for supplies delivered or services performed.� A proper invoice is an ""Original"" which must include the items listed in subdivisions 1 through 12, below, in addition to the requirements of FAR 32.9.� If the invoice does not comply with these requirements, the Contractor will be notified of the defect within 7 days after the date the designated billing office received the invoice (3 days for meat, meat food products, or fish, and 5 days for perishable agricultural commodities, dairy products, edible fats or oils) with a statement of the reasons why it is not a proper invoice.� (See exceptions under II., below.)� Untimely notification will be taken into account in the computation of any interest penalty owed the Contractor. Vendor/Contractor:� Name, Address, Point of Contact for the invoice (Name, title, telephone number, e-mail and mailing address of point of contact). Remit-to address (Name and complete mailing address to send payment). Remittance name must match exactly with name on original order/contract.� If the Remittance name differs from the Legal Business Name, then both names must appear on the invoice. Invoice date. Unique invoice #s for all invoices per vendor regardless of site. NBS document number formats must be included for awards created in the NBS:� Contract Number; Purchase Order Number; Task or Delivery Order Number and Source Award Number (e.g., Indefinite Delivery Contract number; General Services Administration number); or, BPA Call Number and BPA Parent Award Number. Data Universal Numbering System (DUNS) or DUNS + 4 as registered in WWW.SAM.GOV. Federal Taxpayer Identification Number (TIN).� In those exceptional cases where a contractor does not have a DUNS number or TIN, a Vendor Identification Number (VIN) must be referenced on the invoice.� The VIN is the number that appears after the contractor�s name on the face page of the award document. Identify that payment is to be made using a three-way match. Description of supplies/services that match the description on the award, by line billed.* Freight or delivery charge must be billed as shown on the award.� If it is included in the item price do not bill it separately.� If identified in the award as a separate line item, it must be billed separately. Quantity, Unit of Measure, Unit Price, Extended Price of supplies delivered or services performed, as applicable, and that match the line items specified in the award.* * NOTE:� If your invoice must differ from the line items on the award, please contact the Contracting Officer before submitting the invoice.� A modification to the order or contract may be needed before the invoice can be submitted and paid. B. Shipping costs will be reimbursed only if authorized by the Contract/Purchase Order.� If authorized, shipping costs must be itemized.� Where shipping costs exceed $100, the invoice must be supported by a bill of lading or a paid carrier's receipt. For inquiries regarding payment call: (301) 496-6088 To facilitate the prompt payment of invoices, it is recommended that the vendor submit a photocopy of the invoice to the �Consignee� designated for the acquisition in block 20 of the face page of the Order/Award document. II. Invoice Payment A.�Except as indicated in paragraph B., below, the due date for making invoice payments by the designated payment office shall be the later of the following two events: The 30th day after the designated billing office has received a proper invoice. The 30th day after Government acceptance of supplies delivered or services performed. B. The due date for making invoice payments for meat and meat food products, perishable agricultural commodities, dairy products, and edible fats or oils, shall be in accordance with the Prompt Payment Act, as amended. III. Electronic Invoice Submission The current national emergency and the need to protect Federal and Contractor staff has resulted in a change to NIH�s invoice submission process. Effective Wednesday, April 1, 2020, all NIH contractors/vendors invoices should be sent electronically via email to the NIH Office of Financial Management (OFM) and the NIH Contracting Officer (CO) using the electronic submission instructions contained in Attachment #1. Electronic invoice submission shall remain in effect until the Government formally notifies the Contractor of a return to mail-in invoice procedures detailed in this purchase order. IV. Interest Penalties A.�An interest penalty shall be paid automatically, if payment is not made by the due date and the conditions listed below are met, if applicable. A proper invoice was received by the designated billing office. A receiving report or other Government documentation authorizing payment was processed and there was no disagreement over quantity, quality, or contractor compliance with a term or condition. In the case of a final invoice for any balance of funds due the contractor for supplies delivered or services performed, the amount was not subject to further settlement actions between the Government and the Contractor. B. Determination of interest and penalties due will be made in accordance with the provisions of the Prompt Payment Act, as amended, the Contract Disputes Act, and regulations issued by the Office of Management and Budget. V. PROVIDING ACCELERATED PAYMENT TO SMALL BUSINESS SUBCONTRACTORS, FAR 52.232-40 (December 2013) a) Upon receipt�of accelerated payments from the Government,�the�Contractor shall make accelerated payments to its small business subcontractors under this contract, to the maximum extent practicable and prior to when�such payment is otherwise�required under the applicable contract or subcontract, after receipt of a proper invoice and all other required documentation from the small business subcontractor.� b) The�acceleration of payments under this clause does not provide any new rights under the prompt Payment Act. � 6.0 SUBMISSION INSTRUCTIONS/EVALUATION QUESTIONS Questions must be submitted electronically via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 A.M. EST Thursday, June 25, 2020 (06/25/2020). Please be advised that the Government reserves the right to transmit any questions and answers of a common interest to all prospective Contractors. QUOTATIONS Quotations must be submitted electronically via email to Contract Specialist, Adam Hernandez, at adam.hernandez@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 11:00 A.M. EST Thursday, July 02, 2020 (07/02/2020). Please refer to solicitation no: 75N91020Q00100 on all correspondence. BASIS FOR AWARD & EVALUATION The purchase order will be awarded to the firm that submits the Lowest Price Technically Acceptable (LPTA) quotation. A technically acceptable quote is one in which the quoter(s) complies with the Statement of Need (SON) and does not take exception, nor object to any of the terms of the RFQ. Quotes that are not technically acceptable will not be considered for award. Award will be made on an all or none basis. If you are providing an �equal� product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6. Evaluation and award will be conducted in accordance with the requirements of FAR 13.106. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the quotation. The Government intends to evaluate quotations and make a single award. Quotations should contain the quoter�s best terms from a price and technical standpoint. However, the Government reserves the right to request quote revisions that seek additional price discounts, provide revisions to the technical quote, or clarify aspects of the quote. In the event quote revisions are requested, the Government will not necessarily be seeking revisions from all quoters. The Government may reject any or all quotes if such action is in the public interest; accept other than the lowest quote; and waive informalities and minor irregularities in quotes received. GENERAL INSTRUCTIONS This Request for Quotation (RFQ) does not commit the Government to pay any cost for preparation and submission of a quote. In addition, the Contracting Officer is the only individual who can legally commit the Government to the expenditure of public funds in connection with this proposed acquisition. By submitting a quote in response to this solicitation, it is understood that your firm�s quote shall become a part of the official contract file. Quotes must be submitted with a completed copy of FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment, located in the SOLICITATION PROVISIONS section attached to this RFQ. Due to the current COVID-19 pandemic, all Quoters must pay close attention to the following delivery instructions and ensure that sufficient information is included in each quote in order to be considered for an award. Please be aware that due to the fluidity of the existing pandemic, instructions may be updated as needed after award. All quotes must include confirmation that equipment is or will be available for delivery by the due date indicated in section 4.1 above. Quoters must confirm: Willingness to store or hold equipment until NCI is ready to accept the equipment at no additional cost. The equipment will not be sold to another company in the event NCI is not ready to accept delivery due to unanticipated changes related to COVID-19. Training as identified in section 4.2 may be made available and provided to required staff at different times and dates at no additional cost. Communicate and follow instructions from the Technical Point of Contact (TPC) to coordinate delivery, installation and training. The delivery address and TPC�s information will be provided at time of award and must be included as part of the order/shipping label. Price Quote: The Quoter shall prepare a price quotation that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. The quote must contain the following information: a. Federal Tax Identification Number (TIN) b. Data Universal Numbering System (DUNS) Number c. Business Size (e.g., small or large) **Please include a statement to the effect that pricing is firm for a period of at least 60 days from the date of receipt thereof by the Government. **
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/cd28270fab6f420889e67a9b972c685f/view)
- Record
- SN05696143-F 20200620/200618230202 (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 |