Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2023 SAM #7964
SOLICITATION NOTICE

66 -- Stereotaxic Drill and Microinjection Robot

Notice Date
9/15/2023 10:24:08 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
NINDS_23004855_SBSS
 
Response Due
9/20/2023 11:00:00 AM
 
Archive Date
09/21/2023
 
Point of Contact
Tiffany Stone, Phone: 3014807158, Christine Frate, Phone: 301.443.3846
 
E-Mail Address
tiffany.stone@nih.gov, christine.frate@nih.gov
(tiffany.stone@nih.gov, christine.frate@nih.gov)
 
Description
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. The solicitation number is 75N95023Q00682 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 not expected to exceed the simplified acquisition threshold. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05, dated September 7, 2023. The solicitation is unrestricted and open to all offerors with no set-asides.� The associated NAICS code is 334516 and the small business size standard is 1000 employees. Background and Requirement The National Institutes of Health (NIH) is the nation�s leading medical research agency and the primary Federal agency whose mission is to seek fundamental knowledge about the nature and behavior of living systems and the application of that knowledge. The mission of the NIH also includes enhancing health, lengthening life, reducing illness and disability, conducting, supporting and making medical discoveries that improves and saves people�s health and lives. The National Institute of Mental Health (NIMH) has a requirement for a Stereotaxic Drill and Microinjection Robot. The Stereotaxic Drill and Microinjection Robot is required for stereotaxic surgeries to be performed in the Oligodendroglial Interaction Group. The instrument allows for precise mouse brain atlas-guided injections for labeling areas or introducing bioactive substances to probe brain function. The Drill & Microinjection Robot is a unique stereotaxic instrument for automated drilling, followed by ultraprecise injection without tool exchange. After loading the syringe you can perform injections in subsequent animals without recalibration. Atlas integration, intuitive computer control of the stereotaxic frame, and alignment correction ensure that all the procedures are precise and efficient. Drill Autostop: The Autostop Drilling functionality detects by electrical measurements when the skull is penetrated and stops all movements immediately (rotation of the drill bit and advancement in DV). This allows automatic drilling without damaging the underlying brain tissue. Specific features of the system that are required to meet Government�s objectives: High Throughput Drill & Injection, Autostop Drilling, No Tool Exchange, Define/Store Protocols, Multisite Microinjections, Ideal for Optogenetics applications, Precise Depth Control, Brain Windowing, Contour Drilling, Smooth Edges, Skull Thinning, Brain Atlas Integration. Brand Name or Equal Stereotaxic Drill and Microinjection Robot Salient characteristics: The Drill & Microinjection Robot is a unique stereotaxic instrument for automated drilling, followed by ultraprecise injection without tool exchange. After loading the syringe you can perform injections in subsequent animals without recalibration. Atlas integration, intuitive computer control of the stereotaxic frame, and alignment correction ensure that all the procedures are precise and efficient. Drill Autostop: The Autostop Drilling functionality detects by electrical measurements when the skull is penetrated and stops all movements immediately (rotation of the drill bit and advancement in DV). This allows automatic drilling without damaging the underlying brain tissue. Specific features of the system that are required to meet Government�s objectives: High Throughput Drill & Injection, Autostop Drilling, No Tool Exchange, Define/Store Protocols, Multisite Microinjections, Ideal for Optogenetics applications, Precise Depth Control, Brain Windowing, Contour Drilling, Smooth Edges, Skull Thinning, Brain Atlas Integration Contract Type and Period of Performance It is the Government�s intent to issue a Firm Fixed Price Purchase Order.� The Contractor shall deliver and install the equipment within sixty (60) days after receipt of order, unless agreed upon in writing by the parties. Delivery must be Freight on Board (FOB) Destination and include inside delivery. The equipment shall be delivered and installed between the hours of 8:00am and 5:00pm EST, Monday through Friday. Delivery and requirements NIMH personnel (to be named after award) National Institutes of Health - Bethesda Room B1D16, Building 49 49 Convent Drive Bethesda MD 20892 (FOB Destination) Travel by the contractor to the National Institutes of Health (Bethesda) is required to deliver the robot and install the software on the Government supplied computer. The contractor has responsibility for all travel costs. Contracting Officer's Representative (COR) The following Contracting Officer's Representative (COR) will represent the Government for the purpose of this contract: Corie Leopard at corie.leopard@nih.gov The COR is responsible for: (1) monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements; (2) interpreting the statement of work and any other technical performance requirements; (3) performing technical evaluation as required; (4) performing technical inspections� andacceptances required by this contract; and (5) assisting in the resolution of technical problems encountered during performance. The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to: (1) direct or negotiate any changes in the statement of work; (2) modify or extend the period of performance; (3) change the delivery schedule; (4) authorize reimbursement to the Contractor for any costs incurred during the performance of this contract; (5) otherwise change any terms and conditions of this contract; or (6) sign written licensing agreements. The Government may unilaterally change its COR designation. The provision at FAR clause 52.212-1, Instructions to Offerors � Commercial Items, applies to this acquisition and is incorporated by reference.� � The provision at FAR clause 52.212-2, Evaluation � Commercial Items, applies to this acquisition.� The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable.� Technical acceptability will be evaluated based upon the following: The Offeror must include all brand name or equal equipment detailed in the project requirements in its quotation. Or Equal equipment must meet or exceed each salient characteristic in the table below. Brand Name or Equal Stereotaxic Drill and Microinjection Robot� � � � � Options � Not applicable and will not be evaluated. (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. Offerors shall include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications�Commercial Items, with its offer. (see Attachment 2) The FAR clause at 52.212-4, Contract Terms and Conditions � Commercial Items, applies to this acquisition and is incorporated by reference.� Addendum to FAR clause 52.212-4, Contract Terms and Conditions�Commercial Items 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�(Aug 2020) 52.204-18 Commercial and Government Entity Code Maintenance�(Aug 2020) 52.204-20 Predecessor of Offeror�(Aug 2020) 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment�(Nov 2021) 52.242-15 Stop-Work Order (Aug. 1989) (a) The Contracting Officer may, at any time, by written order to the Contractor, require the Contractor to stop all, or any part, of the work called for by this contract for a period of 90 days after the order is delivered to the Contractor, and for any further period to which the parties may agree. The order shall be specifically identified as a stop-work order issued under this clause. Upon receipt of the order, the Contractor shall immediately comply with its terms and take all reasonable steps to minimize the incurrence of costs allocable to the work covered by the order during the period of work stoppage. Within a period of 90 days after a stop-work is delivered to the Contractor, or within any extension of that period to which the parties shall have agreed, the Contracting Officer shall either -- (1) Cancel the stop-work order; or (2) Terminate the work covered by the order as provided in the Default, or the Termination for Convenience of the Government, clause of this contract. (b) If a stop-work order issued under this clause is canceled or the period of the order or any extension thereof expires, the Contractor shall resume work. The Contracting Officer shall make an equitable adjustment in the delivery schedule or contract price, or both, and the contract shall be modified, in writing, accordingly, if -- (1) The stop-work order results in an increase in the time required for, or in the Contractor�s cost properly allocable to, the performance of any part of this contract; and (2) The Contractor asserts its right to the adjustment within 30 days after the end of the period of work stoppage; provided, that, if the Contracting Officer decides the facts justify the action, the Contracting Officer may receive and act upon the claim submitted at any time before final payment under this contract. (c) If a stop-work order is not canceled and the work covered by the order is terminated for the convenience of the Government, the Contracting Officer shall allow reasonable costs resulting from the stop-work order in arriving at the termination settlement. (d) If a stop-work order is not canceled and the work covered by the order is terminated for default, the Contracting Officer shall allow, by equitable adjustment or otherwise, reasonable costs resulting from the stop-work order. (End of Clause) FAR 52.211-6 Brand Name or Equal�(Aug 1999) �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) FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Items (Sept 2023), applies to this acquisition and is incorporated by reference.� The following clauses listed in FAR clause 52.212-5 that are applicable to the acquisition are: 52.209-6 Protecting the Government�s Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 2021) 52.204-27 Prohibition on a ByteDance Covered Application (Jun 2023) 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) 52.222-3 Convict Labor (June 2003) 52.222-19 Child Labor�Cooperation With Authorities and Remedies (Dec 2022) 52.222-21 Prohibition of Segregated Facilities (Apr 2015) 52.222-26 Equal Opportunity (Sep 2016) 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020) 52.222-50 Combating Trafficking in Persons (Nov 2021) 52.223-11 Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (Jun 2016)� 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Jun 2020) 52.225-1 Buy American � Supplies (Oct 2022) 52.225-13 Restriction on Certain Foreign Purchases (Feb 2021) 52.232-33 Payment by Electronic Funds Transfer-- System for Award Management (Oct. 2018) 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 in accordance with FAR 4.2103 Procedures and submit with its quotation. � FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (See Attachment 2) � FAR 52.204-26 Covered Telecommunications Equipment or Services-Representation (Oct 2020) (See Attachment 2) � FAR 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services (Sept 2023) (See Attachment 3) � NIH Invoice and Payment Provisions with IPP (Updated 4/21/2022) (See Attachment 4) There are no additional contract requirement(s) or terms and conditions applicable to this acquisition. The Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. All questions shall be received via email to Tiffany Stone at tiffany.stone@nih.gov and Christine Frate at christine.frate@nih.gov before 2:00 p.m., Eastern Standard Time, on Tuesday, Sept. 19, 2023. � Responses to this solicitation must include clear and convincing evidence of the offeror�s capability of fulfilling the requirement as it relates to the technical evaluation criteria.� In addition 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 responses must be received on or before 2:00 PM, Eastern Standard Time, on Wednesday, Sept. 20, 2023, and reference RFQ number 75N95023Q00682.� Late submissions shall be treated in accordance with the solicitation provision at FAR 52.212-1(f).� Responses shall be submitted electronically to Tiffany Stone, Contract Specialist, at tiffany.stone@nih.gov or Christine Frate, Contracting Officer, at christine.frate@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, please contact the Contract Specialist, Tiffany Stone at tiffany.stone@nih.gov or Christine Frate, Contracting Officer, at christine.frate@nih.gov. Attachments: Attachment 1 -� Purchase Description Attachment 2 -� Additional Terms and Conditions Attachment 3 - FAR 52.212-5 Contract Terms and Conditions � Commercial Products and Commercial Services (SEPT 2023) Attachment 4 - NIH Invoicing Instructions with IPP
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/265e21cb7bf7492ab0dcb139ebda8573/view)
 
Place of Performance
Address: Bethesda, MD 20892, USA
Zip Code: 20892
Country: USA
 
Record
SN06833757-F 20230917/230915230100 (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.