SOLICITATION NOTICE
A -- The Human Emulation Organ-on-a-Chip Instruments and Accessories (brand name or equal)
- Notice Date
- 8/19/2022 1:38:28 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541714
— Research and Development in Biotechnology (except Nanobiotechnology)
- Contracting Office
- NATIONAL INSTITUTES OF HEALTH NIDA Bethesda MD 20892 USA
- ZIP Code
- 20892
- Solicitation Number
- 75N95022Q00220
- Response Due
- 8/26/2022 8:00:00 AM
- Archive Date
- 09/10/2022
- Point of Contact
- Alexander Beraud, Phone: 3014436677, Josh Lazarus, Phone: 3014436677
- E-Mail Address
-
alexander.beraud@nih.gov, josh.lazarus@nih.gov
(alexander.beraud@nih.gov, josh.lazarus@nih.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- TITLE: The Human Emulation Organ-on-a-Chip Instruments and Accessories (brand name or equal) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation number is 75N95022Q00220 and is issued as a Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-08, dated August 13, 2020. This acquisition is for a commercial item or service and is conducted under the authority of the FAR Part 13� Simplified Acquisition Procedures and FAR Part 12�Acquisition of Commercial Items and is not expected to exceed the simplified acquisition threshold. A fixed-price type of purchase order is contemplated for this requirement. The associated North American Industry Classification System (NAICS) code is 541714 - Research and Development in Biotechnology (except Nanobiotechnology) with associated small business size standard of 1,000 employees. This requirement is a small business set-aside. STATEMENT OF NEED AND PURPOSE: The National Institute of Neurological Disorders and Stroke (NINDS) Neural Differentiation Unit NTDU/Translational Neuroscience Center (NDU) requires a purchase of the Human Emulation Organ-on-a-Chip (brand name or equal) instruments and accessories. Research with the Human Emulation Organ-on-a-Chip (brand name or equal) instruments will expand NDU lab capability to use Induced Pluripotent Stem Cell (iPSCs) to make brain organoids on a chip in a more precise and manageable way. This advanced technique will enable lab to better understand mechanism, diagnosis, and treatment, of neurological disorders and better serve the NINDS community. BACKGROUND INFORMATION: The mission of the NDU lab is to develop in vitro 3D organoid models to study neural development and degeneration and pathology infectious diseases in the human brain. The 3D brain organoids consists of varieties of neurons and the other brain cells including endothelial, microglial and oligodendrocytes. The lab previously established multiple 3D brain organoids to research the role of HERV-K on human neural development and tumorigenicity, pathogenesis of amyotrophic lateral sclerosis ALS, pathogenesis of Zika virus on human brain development. The Human Emulation System (brand name or equal) is an Organs-on-Chips platform with greater precision and control than cell culture or animal-based testing methods. The platform utilizes organ chips to recreate the natural physiology and mechanical forces that cells experience in the human body and the software applications, to work with various Organ-Chips for integration and analysis. The instrument will expend NDU lab capability to use Induced Pluripotent Stem Cell (iPSCs) to make brain organoids on a chip to study neurological disorders. PROJECT REQUIREMENT: Human Emulation Organ-on-a-Chip (brand name or equal) instruments and accessories: 1.������ Orb Hub Module 1 (Orb-HM1); cat# Orb-HM1 2.������ Zo� Culture Module 1 (Zo�-CM1); cat# Zo�-CM1 3.������ Fixed Chip Imaging Adapter Kit; cat# CHIP-IMG 4.������ Basic Research Chip Kit- 12 PK; cat# BRK-WER-12 The Brand Name or Equal Human Emulation Organ-on-a-Chip instruments and accessories shall meet all of the required salient characteristics/specifications: Salient Characteristics Instrument specifications: General Overall Size 330 x 330 x 298 mm (13� x 13� x 11.75�) Weight 7.3 kg (16 lbs) Power Consumption 105 W Operating Requirements Electrical Power 100-240 VAC 50-60 Hz Gas Input Pressure 10-20 psig, fixed source / 3000 psi, 68 gm canister Gas Input Composition 100% CO2 Environmental Operating Temperature 10-35 �C Relative Humidity 30-80% RH Max Altitude 2000 meters Storage Temperature -5-60 �C Storage Humidity 30-90% RH, non-condensing IP Rating IP12B Technical Gas Output Composition 5% CO2, balance air Gas Output Pressure 275 + / - 35 kPa (40 + / - 5 psig) Mixed Gas Flowrate 130 mL / min maximum Vacuum Output 73 kPa (10.6 psi), minimum Electrical Output 4 x 12 VDC, powers up to four Zo�s Quantity Orb Hub Module 1 (Orb-HM1); cat# Orb-HM1; quantity of 1 Zo� Culture Module 1 (Zo�-CM1); cat# Zo�-CM1; quantity of 1 Fixed Chip Imaging Adapter Kit; cat# CHIP-IMG; quantity of 1 Basic Research Chip Kit- 12 PK; cat# BRK-WER-12, quantity of 4 WARRANTY: The Contractor shall provide, at a minimum, a one-year warranty for the equipment. The warranty shall cover all parts, labor and travel costs. The warranty shall commence upon successful completion of delivery and installation. DELIVERY/INSTALLATION: The Contractor shall deliver and, as needed, install the instrument at the below address. Installation shall include, at a minimum, uncrating/unpacking of all equipment, set-up and hook-up of all equipment, start-up, demonstration of specifications and removal of all trash. The delivery date is 30 to 60 days after receipt of order (ARO). Delivery will be FOB Destination. The place of delivery and acceptance will be: POC: Christina Jefferies 35 Convent Drive Bldg 35, Rm GF-331 Bethesda, MD 20892 APPLICABLE PROVISIONS AND CLAUSES: The provision at FAR clause 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (AUG 2020) is applicable to this solicitation. Offerors MUST include a completed copy of this provision with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. See attachment. The provision at FAR Clause 52.212-1, Instructions to Offerors-Commercial Items (JUN 2020) is applicable to this solicitation. The provision at FAR Clause 52.212-2, Evaluation-Commercial Items (OCT 2014) applies to this acquisition. 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. Selection of an offeror for contract award will be based on an evaluation of proposals against five factors.� The factors are: Technical, Contract Management and Customer Support, and Delivery, Installation and Set-up, Past Performance, and Price. Although technical factors are of paramount consideration in the award of the contract, price and past performance are also important to the overall contract award decision. All evaluation factors other than price, when combined, are significantly more important than price. The Government intends to make an award to that offeror whose proposal provides the best overall value to the Government. The evaluation will be based on the demonstrated capabilities of the prospective Contractors in relation to the needs of the project as set forth in the SOLICITATION. The merits of each proposal will be evaluated carefully. Each proposal must document the feasibility of successful implementation of the requirements of the SOLICITATION. Offerors must submit information sufficient to evaluate their proposals based on the detailed factors listed below. The evaluation factors are used when reviewing the proposals.� 1.������ Technical Capability and Functionality NIDA shall evaluate the offeror�s technical approach for overall capability and functionality in relation to the General Requirement, Salient Characteristics, Quantity and Deliverables as described in the Purchase Description. 2.������ Contract Management and Customer Support NIDA shall evaluate the offeror�s ability to provide a high level of customer service, particularly in the area of initial responsiveness and resolution of device and service problems. 3.������ Speed of Delivery, Installation and Set-up NIDA shall evaluate the offeror�s technical approach for completeness, feasibility, soundness and practicality of the proposed approach and work plan for accomplishing the requirements of the statement of work. 4.������ Past Performance Offerors will be evaluated based on information obtained from references provided by the offeror, other relevant past performance information obtained from other sources known to the Government, and any information supplied by the offeror concerning problems encountered on the identified contracts and corrective action taken. Furthermore, the Government will assess the relative risks associated with each offeror. Performance risks are those associated with an offeror's likelihood of success in performing the acquisition requirements as indicated by that offeror's record of past performance. The assessment of performance risk is not intended to be the product of a mechanical or mathematical analysis of an offeror's performance on a list of contracts but rather the product of subjective judgment by the Government after it considers all available and relevant information. PRICE EVALUATION Offerors price quote will be evaluated for reasonableness. For a price to be reasonable, it must represent a price to the government that a prudent person would pay when consideration is given to prices in the market. Normally, price reasonableness is established through adequate price competition, but may also be determined through cost and price analysis techniques. Price evaluation will not be conducted on any Offeror determined to be technically unacceptable. Offerors may respond with a proposal indicating their ability to provide the technical specifications stated in this solicitation. Responses will be evaluated based on the contractor�s ability to meet the Government�s requirements. The provision at FAR Clause 52.212-3, Offeror Representations and Certifications�Commercial Items (JUN 2020), applies to this acquisition. Offerors should include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer, OR provide a copy of the valid certifications from the System of Award Management (SAM) applications at www.sam.gov, which may be indicated on the Offeror�s cover sheet. Addendum to FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), applies to this acquisition. The additional contract terms and conditions are as follows: 52.204-7 System for Award Management (OCT 2018) 52.204-13 System for Award Management Maintenance. (OCT 2018) 52.204-16 Commercial and Government Entity Code Reporting (JUL 2016) 52.204-18 Commercial and Government Entity Code Maintenance (JUL 2016) 52.242-15 Stop-Work Order (AUG 1989) The provision of FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (AUG 2020), applies to this acquisition. See attachment. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement. Responses to this solicitation must include sufficient information to establish the interested parties� bona-fide capabilities of providing the product or service. Responses to this solicitation must include clear and convincing evidence of the Offeror�s capability of fulfilling the requirement as it relates to the Government requirements stated in this solicitation. Cost and price information in the Offeror�s proposal must contain sufficient information to allow the Government to perform an analysis of the reasonableness of the Offeror to supply the required goods/services. Any other information or factors that may be considered in the award decision may include such factors as: past performance; special features required for effective service coverage; train-in considerations; warranty considerations; maintenance and service coverage availability; serial, product or catalog number(s); product description; delivery terms, and prompt payment discount terms. The Contractor shall submit its quote electronically. In addition, the Unique Entity Identifier (UEI), 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. DATE QUESTIONS DUE: Questions and requests for clarification must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Alexander Beraud, at alexander.beraud@nih.gov on or before 11:00 AM EST, August 24, 2022. Fax responses will NOT be accepted. DATE QUOTATIONS DUE: All responses must be received on August 26, 2022 by 11:00 AM EST and must be submitted electronically to the Contracting Officer, Josh Lazarus, at josh.lazarus@nih.gov and the Contract Specialist, Alexander Beraud, at alexander.beraud@nih.gov, citing the RFQ number and the name of firm in the subject line. Late responses may not be accepted. PLEASE SEE ATTACHED REQUEST FOR QUOTE FOR ALL RELEVANT DETAILS FOR THIS SOLICITATION
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/7f340ed7f08746338bb03cc8424226b1/view)
- Place of Performance
- Address: Bethesda, MD, USA
- Country: USA
- Country: USA
- Record
- SN06433897-F 20220821/220819230109 (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 |