Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 09, 2021 SAM #7069
SOLICITATION NOTICE

66 -- Microbiology Grade Flow Cytometer

Notice Date
4/7/2021 8:38:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334516 — Analytical Laboratory Instrument Manufacturing
 
Contracting Office
NIH NCI ROCKVILLE MD 20852 USA
 
ZIP Code
20852
 
Solicitation Number
75N91021Q00061
 
Response Due
4/14/2021 9:00:00 AM
 
Archive Date
04/29/2021
 
Point of Contact
Miguel Diaz, Phone: 240-276-5439
 
E-Mail Address
miguel.diaz@nih.gov
(miguel.diaz@nih.gov)
 
Description
Contracting Office Address: Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E144, Bethesda, MD� 20892, UNITED STATES Description: National Cancer Institute (NCI), Center for Cancer Research (CCR), Laboratory of Molecular Biology (LMB) plans to procure one (1) brand name or equal Apogee Flow Systems A60-MicroPLUS flow cytometer. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation and a separate written solicitation will not be issued.� This solicitation, 75N91021Q00061, is issued as a request for quotation (RFQ) and includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2020-04 (January 15, 2020), simplified procedures for commercial items.� The North American Industry Classification System code is 334516 and the business size standard is 1,000 employees.� Only one award will be made as a result of this solicitation.� This will be awarded as a firm fixed price type purchase order.� The laboratory of Molecular Biology (LMB) has 5 groups that focus on basic biochemical processes of gene transcription, post-translational regulation, molecular chaperone systems that manage protein damage, and the localization and assembly of large protein structures. They utilize bacterial models and require a flow cytometry system to analyze bacteria and separate them based on size and/or fluorescence. From these studies, one group is now developing synthetic shells around bacteria-sized silica beads to use in displaying vaccine proteins and delivering drugs to specific tissues. The flow cytometer will help determine the efficiency of packaging these shells. Additionally, the LMB has an antibody core which utilizes yeast in their nanobody development program and will also benefit from the acquisition of a flow cytometry system which is customized for high sensitivity and resolution of small particles.� The Apogee Flow Systems A60-MicroPLUS flow cytometer. was evaluated and determined to be the system most capable of fulfilling the requirements of the LMB.� The requirements of the LMB for this microscope system are as follows: Benchtop model not exceeding $200,000 Not to exceed 38� (W) 24� (D). Optimized for extreme small particle applications Separate bacteria based on size and/or fluorescent emission At least nine fluorescence photomultiplier detectors, each with at least 500?A/lm cathode sensitivity At least three light scatter detectors measuring different scattering angle ranges to allow specific resolution of bacterial populations from each other and from background debris At least one 200mW 561nm laser for detecting red fluorescence Filter block for mCherry & mScarlet, 615/24 for the 561nm laser At least 3 other lasers with a minimum of 180 mW each to allow separation of small bacteria and nanoparticles Software adjustable power for the lasers Fluorescence optics capable of detecting from 400 to 800nm Resolve 100 nm silica beads from noise or 70 nm polystyrene beads from noise Autosampler for 96 well standard or deep-well microplates Cooling system for autosampler Low sample flow rates for precise bacterial measurements. Volumetric sample delivery system with software selectable sample flow rates from 1 to 100?l/min Volumetric sample injection giving absolute particle counts for any region of interest on a histogram (number of particles per microlitre) System able to analyze samples with concentrations up to 10^9 per ml and give accurate particle counts (+/- 20%) Self-calibrating system Data acquisition system: Electronics & software to process data at more than 100,000 events/sec Up to 45 samples per hour Adjustable sample aspiration volume, 50-400?l standard, option for up to 900?l Sample concentrations up to 10^9 per ml Particle sorting upgrade option to allow particles of interest to be collected for subsequent bio-chemical analysis Light scatter particle size calibration option: Nanometer scale on light scatter datagrams calibrated to reference samples of a precisely known refractive index Internal PC with Windows 64-bit operating system FCS 3.1 file format Unlimited number of histograms and cytograms Capable of exporting statistics from multiple files to Microsoft Excel Capable of exporting histogram data in �.csv� format Unlimited software site licenses Screen-sharing and remote-control software for technical support via internet Training: Training for 10 users shall be performed within 2 weeks of delivery and installation.� All training charges shall be included in the quote.� The training location shall be at: NIH/NCI/CCR Laboratory of Molecular Biology 9000 Rockville Pike Building 37 37 Convent Drive Bethesda, MD 20982 Delivery and Installation: Equipment shall be delivered within 120 business days of purchase order award.� All shipping/handling/delivery, installation, start-up and plumbing charges shall be included in the quote. The Contractor shall deliver and install the equipment at the following address: NIH/NCI/CCR Laboratory of Molecular Biology 9000 Rockville Pike Building 37 37 Convent Drive Bethesda, MD 20982 The Contractor shall arrange the installation date and time with the NCI Technical Point of Contact (POC) listed in the award.� Warranty: A minimum of twenty-four (24) months of warranty shall be included in the quote, which covers the cost of repair and/or replacement, including labor or any defect in workmanship or parts. Payment: � Payment shall be made after delivery, installation, successful operation of equipment, and completion of training.� Payment authorization requires submission and approval of invoice to the NCI COR and NIH Commercial Accounts. Clauses and Provisions: 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 modification the offeror plans to make in a product to make it conform to the solicitation requirements. Mark any descriptive material to clearly show the modification. (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. FAR 52.252-1 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):http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/. Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://ncioa.cancer.gov/oa-internet/reference.jsp or from Miguel Diaz, Contracting Officer at miguel.diaz@nih.gov.� Clause No.����������������� Title FAR 52.212-1 ����������� INSTRUCTION TO OFFERORS COMMERCIAL ITEMS (JUNE 2020) FAR 52.212-2 ����������� EVALUATION COMMERCIAL ITEMS (OCT 2014) FAR 52.212-3 ����������� OFFEROR REPRESENTATIONS AND CERTIFICATIONS -COMMERCIAL ITEMS (FEB 2021) FAR 52.212-4 ����������� CONTRACT TERMS AND CONDITIONS - COMMERCIAL ITEMS (OCT 2018) HHSAR 352.222-70�� CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT�OPPORTUNITY INVESTIGATIONS (DEC 2015) HHSAR 352.224�71� CONFIDENTIAL INFORMATION (DEC 2015) FAR 52.212-5 ����������� CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS---COMMERCIAL ITEMS (JAN 2021). The following additional far clauses cited in this clause are applicable: (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.203-6��������� Restrictions on Subcontractor Sales to the Government (JUNE 2020), with Alternate I (OCT 1995) (41 U.S.C. 253g and 10 U.S.C. 2402) 52.203-13������� Contractor Code of Business Ethics and Conduct (JUNE 2020) (41 U.S.C. 3509)� 52.204-10������� Reporting Executive Compensation and First Tier Subcontract Awards�(JUNE 2020) (Pub.L. 109-282) (31 U.S.C. 6101 note). 52.204-24 ������ Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. (OCT 2020) 52.209-6��� ����� Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUNE 2020) (31 U.S.C. 6101 note). 52.219-4��������� Notice of Price Evaluation Preference for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).�� 52.219-28������� Post Award Small Business Program Representation (NOV 2020) (15 U.S.C.� 632(a) (2)). 52.222-3��������� Convict Labor (JUN 2003) (E.O. 11755). 52.222-19������� Child Labor Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). 52.222-21������� Prohibition of Segregated Facilities (APR 2015) 52.222-26������� Equal Opportunity (SEPT 2016) (E.O. 11246). 52.222-35������� Equal Opportunity for Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-36������� Equal Opportunity for Workers with Disabilities (JUN 2020) (29 U.S.C. 793).� 52.222-37������� Employment Reports on Veterans (JUN 2020) (38 U.S.C. 4212). 52.222-40������� Notification of Employee Rights Under the National Labor Relations Act�(DEC 2010) (E.O. 13496) 52.223-18������� Encouraging Contractor Policies to Ban Text Messaging while Driving�(JUN 2020) (E.O. 13513). 52.225-3��������� Buy American�Free Trade Agreements-Israeli Trade Act. (JAN 2021) 52.225-5��������� Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note). 52.225-13������� Restrictions on Certain Foreign Purchase (FEB 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33 ������ Payment by Electronic Funds Transfer - System for Award Management (OCT 2018) (31 U.S.C. 3332). Submission Information: Quotes must be submitted by returning a completed copy of the attached SF-1449 with the attached FAR 52.204-26 Certification, and a completed FAR 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov.� Quote must contain all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, quotes must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; Business Size (e.g., small or large) Questions must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Tuesday, April 7, 2021. Proposals must be submitted electronically (via email) to Contracting Officer, Miguel Diaz, at miguel.diaz@nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than 12:00 PM EST, on Tuesday, April 14, 2021. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted. Please refer to solicitation no: 75N91021Q00061 on all correspondence. Basis for Award: Award will be made to the responsible firm submitting the lowest priced technically acceptable (LPTA) offer; and meeting or exceeding the acceptability standards for the requirements/technical specifications stated above. Award will be made on all or none basis. A technically acceptable offer is one in which the Offeror complies with the requirements/technical specifications stated above, and does not take exception, nor object to any of the terms contained in this request. Offers that are not technically acceptable will not be considered further. The technical evaluation will be a determination based on information furnished by the Contractor. The Government is not responsible for locating or securing any information which is not identified in the proposal. The Government reserves the right to make an award without discussions. However, the Government reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. The Government may reject any or all offers if such action is in the public interest; accept other than the lowest offer; and waive informalities and minor irregularities in offers received. If you are providing an �equal� product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR 52.211-6. Price: Price will be evaluated for reasonableness in accordance with FAR 13.106-3.� 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 price and/or cost analysis techniques as described in FAR 15.404.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a94b19d898444e0f91da650956c14a7d/view)
 
Record
SN05965420-F 20210409/210407230117 (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  © 1994-2020, Loren Data Corp.