SOLICITATION NOTICE
66 -- Flow Cytometry Nanoparticle Analyzer
- Notice Date
- 8/17/2022 9:46:59 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIA ROCKVILLE MD 20852 USA
- ZIP Code
- 20852
- Solicitation Number
- HHS-NIH-NIDA-RFQ-75N95022Q00469
- Response Due
- 8/31/2022 1:00:00 PM
- Archive Date
- 09/15/2022
- Point of Contact
- ERIC MCKAY, Phone: 3014802406
- E-Mail Address
-
eric.mckay@nih.gov
(eric.mckay@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 HHS-NIH-NIDA-RFQ-75N95022Q00469 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; �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 (FAC) Number 2022-07, with effective date August 10, 2022. (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) The following brand name or equal equipment is required: �U30 Dual Laser Flow NanoAnalyzer including installation � � � � �Salient characteristics: Unprecedented Sensitivity for Scatter (24 nm) and Fluorescence (single PE); Multiparameter Analysis of <100 nm Nanoparticles; Complementary to Conventional FCM in Size Below 200 nm; Covers the Entire Size Range of EVs HIGH PERFORMANCE: Ultra-Sensitive and High Resolution for both scatter and fluorescence. NO SWARM DETECTION: Real time, single particle measurement LABEL FREE: Direct size and concentration measurement without staining FLEXIBLE: No proprietary reagents, choose from a vast array of commercially available markers SIZE DISTRIBUTION: High-resolution size distribution comparable to TEM PARTICLE CONCENTRATION: Measure the absolute concentration of both total particles and subpopulations MULTIPARAMETER: Quantify sub-populations with up to 2 markers simultaneously PHENOTYPING: Based on single -molecule fluorescence detection, Phenotype quantify direct from marker labeling intensity SSC Sensitivity < 30 nm NPs SSC Resolution 40/50 nm NPs Fluorescence Sensitivity 10 MESF Fluorescence Resolution 42/133 MESF Particle Size 7 1000 nm Sample Acquisition Rate 10,000 events/min Sample Flow Rate 2-60 nL /min Sheath Flow Rate 10-40 ? L /min Sample Volume 10-100 ? L Fluid Container Capacity 1 L sheath, 1 L waste, 100 mL cleaning Fluidics Maintenance: Automated startup, cleaning, decontamination and shutdown Data Processing Parameters: Peak Height, Area and Width for all Channels Ability to characterize nanoparticles based on size, concentration, labeled population with detection based on flow cytometry Sample can be in nanoliters Detection as sensitive as 20 nanometers for Extracellular Vesicles Can accept any reagent for labeling Minimum of 2 laser system available Analysis capability within minutes of running samples Software available to analyze data Tech support in the US to include onsite support and onsite training with a 1 year warranty Additional software licenses available for purchase Power Requirements 100-240 VAC, 50 60 Hz (vi) The Government anticipates award of a firm fixed-price purchase order for this acquisition, and the anticipated delivery date is within 60 days after receipt of order (ARO). Delivery will be f.o.b. destination. The place of delivery and acceptance will be 251 Bayview Blvd., Rm 10B115, Baltimore, MD 21224. (vii) 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 52.211-6, Brand Name or Equal (Aug 1999) FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021) FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2022) FAR 52.225-2, Buy American Certificate (Feb 2021) 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) FAR 52.212-4, Contract Terms and Conditions--Commercial Items (Nov 2021). Addendum to this FAR clause applies to this acquisition and is attached. HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015) HHSAR 352.239-74, Electronic and Information Technology Accessibility (December 18, 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 proposal. FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders--Commercial Items (Jan 2022) NIH Invoice and Payment Provisions (Feb 2021) (Note: two versions of the invoicing instructions are attached. Only one will be incorporated in the final award) (viii)� The provision at FAR clause 52.212-2, Evaluation � Commercial Items (Nov 2021), 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) technical capability of the item offered to meet the Government requirement; (ii) price; (iii) past performance (see FAR 13.106-2(b)(3)). (b) Technical and past performance, when combined, are significantly more important than cost or price. (c) 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. (ix) The Offerors to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2021), with its offer. If the offeror has completed FAR clause 52.212-3 at www.sam.gov, then the offeror does not need to provide a completed copy with its offer. (x) The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2021), applies to this acquisition. (xi)�The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices: A one(1) year warranty must be included. (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. 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. 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 Unique Entity ID from SAM.gov, 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 must be received by 4:00 p.m., Eastern Standard Time, on August 31, 2022 and reference Solicitation Number HHS-NIH-NIDA-RFQ-75N95022Q00469. Responses must be submitted electronically to Eric McKay, Contracting Officer at eric.mckay@nih.gov. Fax responses will not be accepted.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/af0ff54fc5b84113a2dae2bc5e6de2aa/view)
- Place of Performance
- Address: Baltimore, MD 21224, USA
- Zip Code: 21224
- Country: USA
- Zip Code: 21224
- Record
- SN06431325-F 20220819/220817230132 (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 |