Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2023 SAM #7963
MODIFICATION

66 -- Robotic Liquid Handling Workstation

Notice Date
9/14/2023 11:34:44 AM
 
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-23-2177139
 
Response Due
9/21/2023 1:30:00 PM
 
Archive Date
10/06/2023
 
Point of Contact
Hershea Vance, Phone: 3017616404, Tamara McDermott, Phone: 4063757487
 
E-Mail Address
hershea.vance@nih.gov, tamara.mcdermott@nih.gov
(hershea.vance@nih.gov, tamara.mcdermott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items�, as applicable, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; (a written solicitation will not be issued) and quotations (quotes) are being requested. The solicitation number is RFQ-NIAID-23-2177139 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures, FAR Subpart 13.5 � Simplified Procedures for Certain Commercial Items. The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2023-05 Effective September 7, 2023. The North American Industry Classification System (NAICS) code for this procurement is 334516- Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 in employees. This requirement is not set-aside for small business. The Government anticipates making a single award Firm Fixed Price (FFP) purchase order. STATEMENT OF NEED The proposed purchase is for Brand Name or Equal products/services. The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Immunology Program (VIP) of the Vaccine Research Center (VRC) is seeking to acquire a Hamilton VANTAGE Robotic Liquid Handling Workstation or equal system to help automate testing for larger planned clinical trials. The brand name and part numbers for the products/services are provided in full detail in the attached Bill of Materials (BOM). Quoters shall be authorized resellers for the Hamilton VANTAGE Robotic Liquid Handling Workstation brand name or equal products/services. Specifically, NIAID, VIP is seeking a robotic liquid handling workstation that must include all components and requirements listed below. To be considered for award, vendor quoting �equal� products/services, including �equal� products/services of the brand-name manufacturer, must meet the following requirements/specifications: � Instrument The main Instrument covers shall be easily removed and replaced by service personnel without tools. The instrument shall have a recessed on-off switch on the front. The instrument shall come with low level interior lighting which does not affect the assay. The lighting color shall be software controllable. The instrument shall have UV lighting for sterilization. The instrument shall support single channel or multi-channel (96 and 384) pipetting. The instrument shall support multiple internal pipetting and labware manipulating arms. The instrument deck shall be able to hold up to five SBS-standard MTP positions deep and accept stacked plates up to 8 plates high in one position as well as stacked tip racks up to 4 in one position The instrument shall provide fully pipettable deck space for 60 SBS positions or 72 tracks of tube carriers with up to 32 tubes in one carrier for a total 960 tubes. The user shall be able to load up to 1,920 tips in one motion after removing the tip rack wrapping. The instrument shall support labware heating, cooling, heated shaking, and incubation. The instrument shall be able to rotate, tilt, shake, and rock labware at controlled and varying angles and rates. The instrument shall be able to support vacuum extraction with a deck- mountable device. The Instrument shall incorporate magnetic linear absolute encoders in the x-y directions for speed, positional accuracy, and repeatability. The Instrument shall incorporate optical rotary relative encoders in the z direction for positional accuracy and repeatability. The Instrument shall be IVD compliant. A Design History File shall be made available along with Design Test Plans and results. Production and assembly shall follow CMP and the manufacturer of record shall be ISO certified. All aspects of procurement, manufacturing, and testing shall be auditable. Individual Pipetting Channels The system shall be capable of pipetting with up to 8 channels on a single arm Each pipetting channel shall be independently adjustable in y axis and z axis (height). The system shall utilize air-displacement pipetting technology to eliminate contamination or dilution of samples/reagent by system liquids. Each pipetting channel shall have independently adjustable spacing between all neighboring pipetting channels. Each pipetting channel shall have tip positioning accuracy of �0.1mm in X, Y and Z axes. Each pipetting channel shall be able to aspirate and dispense into plates with well densities up to 1536 wells without checking or realigning the tip. Each channel shall be capable of pipetting a volume of 0.5uL to 1000uL without changing hardware. Each pipetting channel shall be able to sense levels in polar and non-polar liquids by using either capacitance, pressure, or a combination of capacitance and pressure The minimum distance between channels shall be 9mm. The maximum distance achievable between any two channels shall be 36mm. Each channel shall be able to independently pipette fluids from different liquid classes. Each channel shall be able to detect the size of tip attached and confirm via the software if the correct tip has been attached for the pipetting conditions selected. Each channel shall have its own pressure monitor for real-time measuring of aspiration and dispense performance to ensure sample delivery is within defined parameters. The software shall be able to interpret the data from this monitor to detect and react to clogs, foams, and insufficient sample. The data shall be stored for Chain of Custody compliance. The software shall be able to react to the pressure data to allow re-aspiration before alerting the user (error avoidance). The software shall allow the run to abort and skip over a sample if the pressure data indicates a discrepancy. Each channel shall feature a mechanism for real-time monitoring and adjustments for droplet formation (i.e., high vapor pressure liquids) to eliminate droplet formation in tips while carrying across deck. The pipetting channels shall accept needles and disposable tips without requiring hardware changes to the channel. The pipetting channels shall be able to switch from needles to disposable tips and back to needles on-the-fly without user intervention. The pipetting channels shall be able to accept 10uL, 50uL, 300uL, 1000uL and 5000uL tips. The pipetting channels shall be able to accept 10uL, 300uL, 1000uL needles. The pipetting channels shall eject tips with minimum force so as not to create any aerosol contaminants. The pipetting channels shall be able to pick-up stacked tips without having to move the tips to a dedicated pick-up position. The pipetting channels shall be able to detect whether labware is present or not. The pipetting channels shall be capable of both capacitance and pressure liquid level detection. Multi-Probe Pipetting The 384 probe pipetting head shall be capable of pipetting up to a 300ul volume per channel (50ul max using 384 tip (50ul) and 300ul max using 96 tip (300ul). The 96 probe pipetting head shall be capable of pipetting up to 1000ul volume per channel (using 1000ul tips). The 96 probe pipetting head shall be capable of accessing a single disposable tip, row of tips or column of tips. The 96 probe pipetting head shall feature capacitance-based Liquid Level Detection on at least two independent channels. Labware Manipulation The pipetting channels shall be able to pick up paddles for transport of plates, tip racks, and tubes around the deck. The pipetting channels shall be able to pick up a lid tool to lift lids and other flat surface labware and move them around the deck. The pipetting channels shall be able to pick up a column holder and move up to 8 columns around the deck for vacuum and/or gravity extraction. An articulating gripper shall be available to grab plates and tips racks independently of the pipetting channels and multi-probe heads. The track gripper shall be able to reach 77mm outside the back of the workstation (laterally in Y-axis). The track gripper shall be able to reach 25 outside both sides to access 3rd party devices on the side of the Instrument. The gripper shall be able to rotate tips up to 360 degrees. The gripper shall be able to hold a plate simultaneously while any of the pipetting channels or multi-probe heads pipette. The gripper shall be able to transport plates from anywhere on the deck to another pipettor of equal size positioned on the back of the instrument. The gripper shall be able to transport plates from anywhere on the deck to anywhere below the below within 10 seconds. Bulk Labware and Consumables Loading The Instrument shall have bulk labware and consumables loading options. The bulk loading shall be front accessible by the user. The bulk loading access shall be controllable by the software to only allowed controlled user access. The bulk loading shall be able to inventory all loaded labware and consumables by barcodes on the frames holding the labware or consumables. The bulk loading shall be able to hold greater than 300 tip frames or >400 microtiter plates. The bulk loading shall accept labware and consumables in easy-to-handle stacks which can be pre-stocked off-line by the user. The bulk loading stacks be located under the deck and locatable at different deck positions. The bulk loading shall be protected from the user and the environment by doors. The bulk loading and doors shall be equipped with interlocks.to lock out use access and communicate to the software when the doors have been opened. Waste The Instrument shall provide bulk waste for solids and liquids. The liquid waste container shall have a fill sensor which alerts software when it approaches full. The solid waste shall be accessible from the front and easily remove. It shall come with disposable liners. The solid waste shall be designed to minimize any generation of cross contaminating aerosols. The Instrument shall have doors which protect the user from the liquid and solid waste collection containers. The doors shall have interlocks to lock out the user and communicate to the software when the doors have been opened. Software The software shall provide built-in variable creation and control. The software shall display the current value of all variables. The software shall provide built-in commands which keep track of which tips have been used from which deck positions. The software shall require the user to only identify the labware and well by name for aspirating/dispensing and pipetting location. Pipette locations shall be relative to the labware, enabling the user to reposition labware without having to re- instruct the pipetting target location. The software shall not require position teaching of standard carriers and labware. The software shall contain built-in carrier and labware library files defining dimensions and operability. It shall require teaching of only specially requested custom carriers and 3rd party devices. The software shall be CFR 21 Part 11 compliant. The software shall provide interactive access to pipetting conditions for each channel organized in liquid classes. The software shall allow liquid classes to be defined for groups of pipetting channels or individual channels. The software shall allow for liquid classes to be defined for different volumes or pressure monitoring conditions. The software shall be able to sense whether the gripper has gripped or not and provide an alert to the user or mechanism for error recovery. The software shall allow for adjustment of grip strength of the gripper. The software shall include dynamic scheduling of instrument resources for optimal assay processing. These resources include the pipetting arm and channels, labware manipulation grippers, heating/cooling devices, shaking devices, vacuum separation devices, and third-party devices which are compatible with this functionality. The software shall include build-it collision avoidance of the pipetting arm, channels, and labware transportation grippers. The software shall perform automatic handling or errors and allow for customization of error handling routines. The software shall allow for complete customization of user roles and levels of software access. The software shall include the functionality to alert the user to issues via email. The software shall be able to simulate the assay run via 3D visualization. The software shall be able to send and receive worklists to a LIMS. Front Labware Autoloading The instrument shall be capable of automatically loading carriers containing labware, consumables and reagents. The instrument shall read barcodes as the carriers are being loaded and alert the operator to an error before the carrier is completely loaded. The instrument shall read barcode symbologies including: ISBT Standard, Code 128 (subset B & C), Code 39, Codeabar, Code 2 of 5 Interleaved, UPC A/E and JAN/EAN 8 The instrument shall be capable of reading 1D and 2D barcodes (i.e., Datamatrix) In autoload-mode, the instrument shall be able to read the barcode of carriers, plates, tip racks and tubes. The instrument shall come with a carrier staging shelf where carriers can be inserted or staged prior to autoloading. Third Party Device Support The instrument shall allow for the integration of third-party devices. The instrument shall support communication to devices through a software driver over Ethernet or USB. Disposable Tips Each tip shall be visually inspected to confirm straightness, orifice concentricity, and absence of flash. Disposable tips shall be available in clear or conductive materials. Tips shall be molded in an RNA/DNAse-free clean room. Tips shall be traceable down to the mold cavity used. A production and delivery capacity of 76,800 x 384-well tips per month shall be achievable by the vendor. PERIOD OF PERFORMANCE Delivery of equipment is needed as soon as possible. Estimated completion for the delivery and installation of equipment is sixteen (16) to twenty (20) weeks after Vendor�s receipt of the purchase order � estimated February 15, 2024. Training will occur after installation is completed. The total estimated period of performance is September 29, 2023 � March 14, 2024. � SHIPPING/DELIVERY INSTRUCTIONS Delivery location is FOB Destination: �9 West Watkins Mill Road Gaithersburg, MD 20878. All equipment delivered shall contain a Packing Slip. INSTRUCTIONS All interested vendors shall provide a quote for the requirement as outlined above. All quotes shall include price(s) (unit price, extended price, total price); shipping fees; manufacturing country of origin of the products, including components; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); estimated date of delivery; point of contact: name, phone number & email; UEI#; Cage Code; business size under NAICS 334516; and payment terms. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government will 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 will result in the Quoter�s response being considered non-responsive and will therefore be eliminated from further consideration and award. If providing an equal product(s)/services(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision applies to this a solicitation FAR 52.211-6 Brand Name or Equal (Aug 1999): ������(a)�If an item in this�solicitation�is 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 characteristic specified in this�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 modifications 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"" product, the�offeror�shall�provide the brand name product referenced in the�solicitation. (End of provision) Quotes are due by 4:30 PM EST on September 21, 2023.� Quotes must be emailed to Hershea Vance, Contract Specialist, at hershea.vance@nih.gov.� Late quotes will not be considered.� All responsible sources may submit an offer that will be considered by this Agency.� Any questions or concerns regarding this combined synopsis/solicitation should be emailed by September 19, 2023, at 11:30 am to hershea.vance@nih.gov.�� EVALUATION NIAID will evaluate quotes to determine the best value to the government. NIAID will make that determination based on technical acceptability, past performance, and price. NIAID will evaluate past performance and price only for those quotes which are rated as technically acceptable. In the event quotes are evaluated as technically equal, past performance, and price will become major considerations in selecting the successful Quoter. SPECIAL NOTICE TO QUOTERS Quoters 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. ELECTRONIC INVOICING The successful vendor may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for completed services and units that have been delivered to NIAID. NIH is using a phased transition approach from the NIH Office of Financial Management (OFM) Electronic Invoice Submission instructions to the Department of Treasury�s Invoice Processing Platform (IPP). For contractors that have transitioned to IPP, the Contractor must submit invoices to the Department of Treasury's Invoice Processing Platform (IPP) at https://www.ipp.gov. For contractors that have not transitioned to IPP, the Contractor shall submit invoices to the National Institutes of Health (NIH)/Office of Financial Management (OFM) via email at invoicing@nih.gov with a copy to the approving official until the Contractor has been notified of its transition to IPP.� PROVISIONS AND CLAUSES FAR 52.252-2 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 this/these address(es):� https://www.acquistion.gov/ FAR 52.203-18 - Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements � Representations (Jan 2017) FAR 52.204-7 - System for Award Management (Oct 2018) FAR 52.204-16 - Commercial and Government Entity Code Reporting (Aug 2020) 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 52.209-7 - Information Regarding Responsibility Matters (Oct 2018) FAR 52.211-6�- Brand Name or Equal (Aug 1999) FAR 52.212-1 - Instructions to Offerors � Commercial Products and Commercial Services (Sep �2023) FAR 52.212-3 - Offeror Representations and Certification � Commercial Products and Commercial Services (Sep 2022) FAR 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/these address(es): https://www.acquistion.gov/ FAR 52.204-13�System for Award Management Maintenance (Oct 2018) FAR 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020) FAR 52.204-21 - Basic Safeguarding of Covered Contractor Information Systems (Nov 2021) FAR 52.212-4 - Contract Terms and Conditions � Commercial Products and Commercial Services (Dec 2022) FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) By reference the Department of Health and Human Services Acquisition Regulation (HHSAR) provisions and clauses that are applicable to this requirement. Copies are available from http://www.hhs.gov/policies/hhsar/: Provisions HHSAR 352.239-73 Electronic and Information Technology Accessibility Notice (December 18, 2015) Clauses HHSAR 352.203-70 Anti-lobbying (December 18, 2015) HHSAR 352.208-70 Printing and Duplication (December 18, 2015) 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) By full text the Department of Health and Human Services Acquisition Regulation (HHSAR): HHSAR 352.232-71 - Electronic Submission of Payment Requests (February 2, 2022) The following additional clauses are applicable to this requirement and provided in full text as Attachments: FAR 52.212-5 - Contract Terms and Conditions Required to Implement Status or Executive Orders � Commercial Products and Commercial Services (Sep 2023) LIST OF ATTACHMENTS Attachment 1 � Bill of Materials (BOM) Attachment 2 -Full Text Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/61ee10d7fbc84a5cb20529fa9e578593/view)
 
Place of Performance
Address: Gaithersburg, MD 20878, USA
Zip Code: 20878
Country: USA
 
Record
SN06831163-F 20230916/230914230118 (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.