Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 22, 2023 SAM #7969
SOLICITATION NOTICE

66 -- Liquid Handling Systems � Brand Name or Equal

Notice Date
9/20/2023 6:40:37 PM
 
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-23-2178648
 
Response Due
9/25/2023 12:00:00 PM
 
Archive Date
10/10/2023
 
Point of Contact
Daveta H. Brown, Tamara McDermott
 
E-Mail Address
daveta.brown@nih.gov, tamara.mcdermott@nih.gov
(daveta.brown@nih.gov, tamara.mcdermott@nih.gov)
 
Description
This notice is a combined synopsis/solicitation for commercial items using Simplified Acquisition Procedures. This acquisition will be made in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 �Streamlined Procedures for Evaluation and Solicitation for Commercial Items,� as applicable, and as supplemented with additional information included in this notice. �This announcement constitutes the only solicitation (a written solicitation will not be issued) and quotes are being requested. �The Solicitation number is RFQ-NIAID-23-2178648 and the solicitation is issued as a Request for Quotation (RFQ). This acquisition will be processed under FAR Part 13 Simplified Acquisition Procedures (SAP), 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 size standard of 1,000 employees. �The Product or Service Code (PSC) is 6640 � Laboratory Equipment and Supplies.� The requirement is being competed as full and open competition, with a brand name or equal purchase description, and without a small business set-aside.� The government intends to award a firm-fixed-price purchase order to the responsible offeror as a result of this RFQ that will include the terms and conditions set forth herein.� By submitting a quote, the offeror is accepting that all government terms and condition shall prevail over the award.� By submission of a quote, the Offeror acknowledges the requirement that a prospective awardee shall be registered and viewable in the System for Award Management (SAM) database prior to award, during performance, and through final payment resulting from this solicitation (www.sam.gov).� STATEMENT OF NEED The purpose of the acquisition is to procure Liquid Handling Systems for the National Institute of Allergy and Infectious Diseases (NIAID), Arbovirus Immunity Section (AIS), at the Vaccine Research Center (VRC). � The main research goals for the AIS focuses on the understanding of immunogenicity and antibody repertoires elicited by candidate immunogens for many endemic and emerging arboviruses. These research endeavors aid in the VRC�s ability to design, produce, and test candidate immunogens aimed at eliciting neutralizing antibodies against several human pathogens, and more specifically, for pandemic preparedness. At the core of this effort lies the requirement to elicit antibodies that use particular IgH and IgL chain gene pairs. For evaluation of vaccine candidates, the evolution of such antibodies, and thus the effectiveness of the vaccine, needs to be monitored using a variety of molecular techniques that culminate in single-cell next-generation sequencing (NGS) of pathogen-specific B cell Ig genes. In addition, passive antibody applications necessarily depend on the identification and sequencing of neutralizing pathogen-specific antibodies in infected and/or convalescent individuals. The ability to understanding the antibody repertoire at a single cell level also allows for the study humoral immune response of vaccine candidates within specific lymphoid organs as a means of detecting transport and activation by the immunogen in mouse models. To achieve these goals, the AIS has developed a broad portfolio of next-generation sequencing methodologies. These assays are performed on samples from multiple species including humans, NHP, and various rodents. The automated liquid handlers are required for single cell-based antibody discovery crucial for pandemic preparedness efforts related to emerging arboviruses. The liquid handlers are required for RNA and DNA processing, NGS applications, and antibody expression/production. These instruments allow multiple members of the lab to process samples in a high-throughput manner to contribute to the VRC's efforts in vaccine and therapeutics development.�� The National Institute of Allergy and Infectious Diseases (NIAID) has a requirement for two SPT LabTech Firefly 6 or equal Liquid Handling Systems. The brand name and part numbers for the products/services are provided in full detail in the attached Bill of Materials (BOM) � Attachment 2.� If quoting an equal product, you must show in your quote how the quoted instruments meet the minimum requirements/specifications listed below and in Attachment 1 � Statement of Needs. This is for the procurement of two (2) Liquid Handling Systems capable of the following: Liquid handling systems Dispensing system: the system must use liquid dispensers with TRUE positive displacement of liquids for aspiration and non-contact dispensing with 6 dispensing syringes. Pipetting system: the system must include at least a 384 tip air-displacement pipetting head, working in a minimum range from 0.5uL to 125uL.� Plastic consumable tips must be automatically exchanged by the system and available in 384, 96, 8, and 16 channel arrays, for flexibility to work with a wide variety of 96 and 384 well plates.� The system must be able to automatically switch between these formats for flexibility. Liquid Class management Dispenser Liquid classes: the dispense system must be capable of handling a wide range liquid type from 80% ethanol through to 50% (w/v) glycerol, with NO requirement for liquid classification.� Common biological assay components such as aqueous buffers, DMSO, beads, cells, or glycerol protein stocks must all be dispensed using the same standard settings as well as particulates such as SPRI beads. Pipetting liquid classes: The pipetting system must use liquid classes to compensate for different liquid types and is well suited to a range of liquid types.� It uses an air-displacement pipetting system. NIAID has limited space and requires a small footprint 26 inches wide by 22 inches deep. The instrument must have at least 16 positions for labware and additional space for a plate shaker, incubator, and reagent storage. User Interface must be completely configurable to tailor the user experience from those requiring restricted access to run specific protocols only, to full open access to all features for Super users.� Must be able to install the software on any windows device to author protocols virtually anywhere and send them to the system via a network or over the cloud. The system must include fixed base configurations to share protocols between systems.� Configuration must also include a microplate shaker and incubation capabilities. Must be application ready with off the shelf protocols ready to use. QUOTING REQUIREMENT All elements below must be included in the quote for your quote to be considered responsive: If not brand name, documentation to prove how the �of equal� model/part meets the salient physical, functional, or performance characteristic specified in this solicitation. Country of Origin Place of Manufacture Estimated date of delivery Estimated shipping fees PERIOD OF PERFORMANCE The estimated delivery is March 28, 2024. �Estimated lead time for delivery of equipment is 90 - 180 days upon Vendor�s receipt of the purchase order.� The total estimated period of performance is September 29, 2023 � March 28, 2024. SHIPPING/DELIVERY INSTRUCTIONS Delivery location is FOB Destination: Vaccine research Center, 40 Convent Drive, Bethesda, MD 20814.� All equipment delivered shall contain a Packing Slip (with serial numbers when applicable).� INSTRUCTIONS All interested offerors shall provide a quote for the requirement as outlined above and in Attachment 1 � Statement of Needs (SON). 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 offeror 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 offeror to meet all specifications and requirements. �The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the instructions and requirements provided in this solicitation.� Failure to furnish a full and complete quote as instructed may result in the Offeror�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 3:00 pm EST, September 25, 2023.� Quotes must be emailed to Daveta H. Brown, Contract Specialist, at daveta.brown@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 to daveta.brown@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. Technical considerations include the BOM/SON specifications, authorized reseller status, and delivery lead time. 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 OFFERORS Offerors 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 offeror may submit an invoice once a shipment is delivered.� NIAID will only accept invoices for 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 52.252-21 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/ The following FAR provisions apply to this acquisition: 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 for 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 Certifications � Commercial Products and Commercial Services (Sep 2023) 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 (Dec 2015) Clauses HHSAR 352.203-70 � Anti-lobbying (Dec 2015) HHSAR 352.208-70 � Printing and Duplication (Dec 2015) HHSAR 352.222-70 � Contractor Cooperation in Equal Employment Opportunity Investigations (Dec 2015) HHSAR 352.239-74 � Electronic and Information Technology Accessibility (Dec 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 � Statement of Need (SON) Attachment 2 � Bill of Materials (BOM) Attachment 3 � Full Text Clauses
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/f22ea4c4969b443c978340f2f04c9f3b/view)
 
Place of Performance
Address: Bethesda, MD 20814, USA
Zip Code: 20814
Country: USA
 
Record
SN06839368-F 20230922/230920230807 (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.