SOLICITATION NOTICE
66 -- VITROBOT INSTRUMENT
- Notice Date
- 7/8/2020 2:00:43 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIAID BETHESDA MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- RFQ-NIAID-2018722
- Response Due
- 7/22/2020 11:00:00 AM
- Archive Date
- 08/06/2020
- Point of Contact
- ANGELA STANTON, Phone: 4068026194, Laura Grey, Phone: 4063759812
- E-Mail Address
-
angela.stanton@nih.gov, laura.grey@nih.gov
(angela.stanton@nih.gov, laura.grey@nih.gov)
- Description
- STATEMENT OF NEED: The Laboratory of Malaria Immunology & Vaccinology (LMIV) requires the purchase of a Vitrobot, or equal instruments. LMIV Vaccine Development Unit develops and performs clinical evaluation of prototype malaria vaccines. The sample preparation unit will assist the scientific staff with rapid cooling of aqueous samples for Cryo EM experiments. The primary work involves undergoing a rigorous development process that requires the input of many highly skilled scientists with specific areas of expertise. These include creation of expression systems, fermentation optimization, scale-up of purification technology, clinical good manufacturing practices (cGMP) production, formulation, quality control, preclinical testing, and clinical trials. � � � � ��The proposed purchase is for Brand Name or Equal products. The brand name, and model��number, and part� � number of the product(s) are: � � � � �1.) VITROBOT VI, 1086439 - MAUNFACTURER FEI/THERMOFISHER � � � � � 2.) 2 DAYS ONSITE APPLICATION TRAINING / INSTALLATION � � � � � 3.) DELIVERY CHARGES DOCK TO DOCK �In addition to the sample preparation system, the government requires the following: Shipping and handling dock to dock, FOB destination � Bethesda Maryland One-year warranty Installation / Onsite applications training (2 day) �To be considered for award, vendors of �equal� products, including �equal� products of the brand-name manufacturer, must meet the following criteria for the salient characteristics of the Sample preparation equipment: Sample Preparation Unit:���������� Fully Automated, reproducible vitrification of aqueous suspensions; high reproducibility comes from the ability to set, control and save experimental conditions to perform repeat studies in the future. The system must be able to save experimental conditions. Precise control of process parameters in the plunge-freeze process Enclosed process chamber allows for precise control of temperature and prevents cooling and concentration artifacts associated with Open Space freezing methods. The system must have an enclosed process chamber. The coolant chamber includes an anti-contamination device and provides an efficient post freezing handling path. The system must be designed to support colloidal structure techniques. Grid access and sample loading from both the left and right side so corresponding handed users are able to load samples easily without making adjustments to the system. The system must allow for grid access and sample loading from both left and right sides. Small sample volumes can be used with high sample throughput, this is enabled due to the semi-automation to minimize sample contamination. Flexible user interface with integrated touch screen interface. Can be used for time resolved studies. This system must be designed for time resolved studies. Semi-automatic grid transfer to minimized contamination risks during grid transfer to grid box after vitrification to be imaged. The system must have at least a semi-automated grid transfer to the grid box to minimize contamination. Operates on the Linux operating system with touch screen control and setup Application time and wait time are software controlled and user defined. Precise timed control of multiple sample applications, blotting actions and vitrification enables time resolved analysis of interactions. Excess fluid is removed from the grid by repeat blotting on rotating foam pads up to 16 times per grid. Variable blotting frequency and pressure. Two blotting pads on each side of the grid to allow for blotting force to be modified in fact different on the two sides of the grid, this is an important feature for viscous samples. Can adjust to single side blotting or two-sided blotting. The system must have the ability to do single-sided and two-sided blotting, variable blotting frequency and pressure. Longitudinal grid position or blot offset can reduce wait time between blotting and vitrification or drain time and are user definable. Automated shutter control allows for smooth, instant injection of the sample grid into the coolant (ethane or propane). A lift for the container brings the coolant close to the shutter to ensure optimal vitrification.� This system must have an automatic shutter control to allow for instant injection of the coolant and must bring the coolant close to the shutter to ensure optimal vitrification. Synchronous lower of the coolant container and the grid holder keeps the grid submerged in the coolant and minimized the risk of contamination prior to transfer to a cryo holder. Coolant container with integrated anti-contamination ring. Grid transfer from coolant toward the grid box in the liquid nitrogen environment is semi-automated. Ultrasonic controlled humidification maintaining humidity at 100%. Peltier controlled heating and cooling with a wide temperature range (4-60�C). The system must have a Peltier controlled heating and cooling unit to maintain a wide temperature range between 4 - 60�C. Designed for use for Single Particle Analysis (SPA), Cryo Electron Tomography (Cryo-ET) and MicroED � for applications to enable structural characterization at near-atomic resolutions, with microED atomic details can be extracted from individual nanocrystals less than 200 nm in size, Cryo-ET prepared samples can deliver structural information about individual proteins and their spatial arrangements within the cell. The Mark IV can be used to enable 3D structural visualization of COVID-19 virus particles and their antigen-antibody interface to help LMIV identify a vaccine. The system must be designed to carry out experiments to enable structural characterizations at near atomic resolutions where the samples once undergone the process can be subjected to Cryo EM, Cryo-ET or microED for enabling to view 3D structural visualization of biological vaccine candidates for Malaria and COVID-19 PERIOD OF PERFORMANCE: Estimated completion for the delivery of equipment and installation is 120 days from date of award � estimated September 30th. DELIVERY: FOB Point shall be Destination, Bethesda, MD. Place of delivery is The National Institutes of Allergy and Infectious Diseases (NIAID), 9000 Rockville Pike, Bethesda, MD 20892. The Loading Dock hours are as follows: 8 am - 4 pm Eastern Standard Time, Monday through Friday except for Federal Holidays. All equipment delivered shall contain a Packing Slip (with serial numbers when applicable). INSTRUCTIONS: NIAID requests responses from qualified sources capable of providing the requirements as outlined above. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if identified as �brand name or equal�, the purchase description reflects the characteristics and level of quality that will satisfy the Government�s needs. The salient physical, functional, or performance characteristics that �equal� products must meet are specified in the solicitation. (b) To be considered for award, offers of �equal� products, including �equal� products of the brand name manufacturer, must � (1) Meet the salient physical, functional, or performance characteristics specified in the solicitation; (2) Clearly identify the item by � (i) Brand name, if any; and (ii) Make or model number; (3) Include descriptive literature such as illustrations, drawings, or a clear reference to previously furnished descriptive data or information available to the Contracting Officer; and (4) Clearly describe any modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modifications. (c) The Contracting Officer will evaluate �equal� products on the basis of information furnished by the offeror or identified in the offer and reasonably available to the Contracting Officer. The Contracting Officer is not responsible for locating or obtaining any information not identified in the offer. (d) Unless the offeror clearly indicates in its offer that the product being offered is an �equal� products, the offeror shall provide the brand name product referenced in the solicitation. (End of provision). All quotes shall include: price(s) (unit price, extended price, total price); documentation of country of origin (manufacturing); documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; and Cage Code. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor�s response being considered non-responsive and will therefore be eliminated from further consideration and award. All or part of the successful vendor�s quote may be incorporated in any contract resulting from this solicitation. The successful vendor�s quote may be incorporated by reference. EVALUATION: NIAID will evaluate all quotes to determine the most advantageous to the government. NIAID will make that determination based on the capability of each vendor�s quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the proposed products/service in a timely manner, country of origin in regard to manufacturing, warranty, past performance, and reasonable price. The Government�s objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price.� In the event quotes are evaluated as equal in non-price factors, price or cost will become a major consideration in selecting the successful Vendor. SPECIAL NOTICE TO VENDORS�-�Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation. PROVISIONS, CLAUSES & OTHER FAR 52.212-1 Instructions to Offerors Commercial Items (June 2020) FAR 52.212-3 Offerors Representations and Certifications - Commercial Items (June 2020) FAR 52.204-7 System for Award Management (Oct 2018) (Offerors must complete annual representations and certifications on-line at http://www.sam.gov/ in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items (Please ensure 52.209-2 -- Prohibition on Contracting with Inverted Domestic Corporations--Representation. (Nov 2015) is updated in your SAM record) FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements � Representation (Jan 2017) 52.204�24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Dec 2019) *** Must complete representation if attached to this solicitation- see attachment 52.204-24 The following FAR contract clauses apply to this acquisition: FAR 52.211-6 Brand Name or Equal (Aug 1999) FAR 52-212-4 Contract Terms and Conditions Commercial Items (October 2018) FAR 52-212.5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (July 2020) *The applicable subparagraphs of FAR52.212-5 are included in the attachment to this posting. FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013) FAR 52.204-13 System for Award Management Maintenance (Oct 2018) 52.252-2 -- Clauses Incorporated by Reference. (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address:� http://farsite.hill.af.mil/vffara.htm The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement: HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) Submission shall be received not later than July 22, 2020 @ 2:00 EST Offers may be mailed, e-mailed or faxed to Angela Stanton; (E-Mail/ angela.stanton@nih.gov). Offers shall include RFQ number in the subject line (RFQ-NIAID-2018722). Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f) All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this solicitation should be forwarded in writing via e-mail to Angela Stanton @ angela.stanton@nih.gov.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ba5ebf2da1b743babed13a79ed297c26/view)
- Place of Performance
- Address: Bethesda, MD 20892, USA
- Zip Code: 20892
- Country: USA
- Zip Code: 20892
- Record
- SN05715233-F 20200710/200708230145 (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 |