Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 08, 2021 SAM #7312
MODIFICATION

66 -- Liquid Handling Robot

Notice Date
12/6/2021 6:32:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
 
ZIP Code
20892
 
Solicitation Number
75N95022Q00013
 
Response Due
12/8/2021 1:00:00 PM
 
Archive Date
12/23/2021
 
Point of Contact
Fred Ettehadieh
 
E-Mail Address
Fred.Ettehadieh@nih.gov
(Fred.Ettehadieh@nih.gov)
 
Description
�(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 75N95022Q00013 and the solicitation is issued as a request for quotation (RFQ). � 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� Simplified Procedures for Certain Commercial Items; and FAR Part 12�Acquisition of Commercial Items and is expected to exceed the simplified acquisition threshold.� (iii)������ The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2021-07, with effective date September 10, 2021. (iv)������ The associated NAICS code 334516 and the small business size standard is 1,000 employees.� This requirement is full and open with no set-aside restrictions. (v)������� The National Institute on Aging, the iPSC Neurodegenerative Disease Initiative (iNDI) embedded within CARD, was established to apply genomic engineered iPSC-derived neuron models to the field of Alzheimer�s disease and related dementias (ADRD) research. With an end goal of comprehensively characterizing isogenic iPSC lines harboring 132 variants across 73 ADRD genes, further divided into 682 daughter the scope of the iNDI project positions it to host the largest ADRD panel derived from iPSCs of a single healthy donor. The long-term, large-scale project demands well-validated pipelines to counter risks of outcome reliability and consistency, as well as maximizing throughput when dealing with so many cell lines. The 96 format of the Bravo allows for a large number of samples to be processed at once, and has proven to be indispensable in the pipelines we�ve developed and applied to pilot studies. Recently, we�ve processed hundreds of differentiated neuron samples using the process designed for iNDI which utilizes the Agilent AssayMap Bravo, with these processed samples going to both proteomic and genetic analysis pipelines. Leveraging these datasets, we not only confirmed that a majority of differentiated Neurons represent mature cortical neurons (validating our parental cell line and differentiation scheme), but also used cluster data to identify potential unreported regulators in neuron differentiation. The Bravo BenchCel Workstation would contribute to our automation efforts. The ability to write, and eventually publish, user-made protocols to run on the Bravo, the modular elements, and the expanded compatibility with other laboratory instruments gives clear advantages over the AssayMAP Bravo and will streamline our protocols even further. (vi)������ Independently and not as an agent of the Government, the Contractor shall furnish all the necessary services, qualified personnel, material, equipment, and facilities, not otherwise provided by the Government as needed. Project Requirements: Specifications: At the minimum, the Government�s salient characteristics are:� Single Automated Platform � Migrate complex sample prep workflows onto one platform Open Platform � to allow methods that dispense standard resins and reagents Full Liquid Handling Capabilities - Mounts with either AssayMAP cartridges or pipette tips for standard liquid handling Volumetric range 0.3-250 �L Agilent VWorks Automation Control Software Instrument License to integrate with existing methods. Pipettable positions shall include nine platepads The Automated Microplate Processor should be brand-name or equivalent to Bravo BenchCel 2R Workstation manufactured by Agilent Technologies, Inc. with the following components: (1) Bravo BenchCel Workstation; product number G5591AA: Quantity 1-each. (2) 96 Channel Disposable Tip Professional Services; product number G5057A: Quantity 1-each. (3) Professional Services; product number H7864A: Quantity 3-each. (4) 10 uL Tips; product number 10734-202: Quantity 2-each. (5) 30 uL Tips; product number 11484-202: Quantity 2-each. (6) 70 uL Tips; product number 19133-102: Quantity 2-each. (7) 70 uL Tips, Wide Bore Conductive; product number 19134-002: Quantity 1-each. (8) 250 uL Tips; product number 19477-002: Quantity 1-each. (9) Liquid Handling Accessories; product number G5498B: Quantity 1-each. (vii)����� The Government anticipates award of a firm fixed-price purchase order for this acquisition.� Anticipated delivery date is 24 weeks after receipt of purchase order. Delivery will be f.o.b. destination. The place of delivery and acceptance will be 9000 Rockville Pike, Building T44, Bethesda, MD 20892. (viii)���� The provision at FAR 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998), applies to this acquisition. This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at these addresses:� https://www.acquisition.gov/browse/index/far ��https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html �� � (End of provision) The following provisions apply to this acquisition and are incorporated by reference: FAR 52.204-7, System for Award Management (Oct 2018) FAR 52.204-16, Commercial and Government Entity Code Reporting (Aug 2020) FAR 52.212-1, Instructions to Offerors-Commercial Items (Sept 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) FAR 52.225-6, Trade Agreements Certificate (May 2014) HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015) The clause at FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), applies to this acquisition. 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 these addresses: https://www.acquisition.gov/browse/index/far ����https://www.hhs.gov/grants/contracts/contract-policies-regulations/hhsar/index.html � (End of clause) The following clauses apply to this acquisition and are incorporated by reference: FAR 52.204-13, System for Award Management Maintenance (Oct 2018) FAR 52.204-18, Commercial and Government Entity Code Maintenance (Aug 2020) HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)> HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 2015) The following provisions and clauses apply to this acquisition and are attached in full text.� Offerors MUST complete the provisions at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quote. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.223-99 Ensuring Adequate COVID-19 Safety Protocols for Federal Contractors (Oct 2021) (Deviation) NIH Invoice and Payment Provisions/Instructions for Submitting Electronic invoices (ix)������ The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� (a) The Government will award a contract resulting from this solicitation 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 offers: (i) source selection and/or technical evaluation criteria and / or technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 13.106-2(b)(3)). Technical and past performance, when combined, are (1) significantly more important than cost or price. (b) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer�s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)������� The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. (xi)������ The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. Addendum to this FAR clause applies to this acquisition and is attached. (xii)����� The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition and is attached in full text. (xiii)���� There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. (xiv)���� The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. (xv)����� 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. 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 quotations from responsible sources must be submitted electronically (by email) to Fred Ettehadieh, Contracting Officer, at fred.ettehadieh@nih.gov by the closing date and time of this solicitation, and reference Solicitation number 75N95022Q00013. Fax responses will not be accepted.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/870baa7ab57e4032b7f08d2ffef7dac4/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06191413-F 20211208/211206230118 (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 |
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.