ACQUISITION AUTHORITY
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-Test Program 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 2019-05, dated August, 2019.
NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The intended procurement is classified under NAICS code 334516 Analytical Laboratory Industry Manufacturing and the small business size standard 1000 employees.
DESCRIPTION OF REQUIREMENT
Background
The National Institute on Aging (NIA), one of the 27 Institutes and Centers of NIH, leads a broad scientific effort to understand the nature of aging and to extend the healthy, active years of life. The Intramural Research Program (IRP) of the National Institute on Aging (NIA) provides a stimulating setting for a comprehensive effort to understand aging through multidisciplinary investigator-initiated research, in this regard.
Purpose and Objectives: The purpose of this requirement is to obtain a cell sorting equipment to the iPSC Neurodegenerative Diseases Initiative (INDI) Project within the new Center for Alzheimer's Disease and Related Dementias.
y improvto capture
NIA is working to create a national resource of isogenic sets of Alzheimer's Disease and Related Dementias mutated iPSC lines, complimented by foundational phenotypic datasets from differentiated disease-relevant cells derived from these lines. This resource will substantially accelerate the pace of mechanistic discovery regarding how ADRD mutations cause disease. Cell sorters are needed to differentiate cells that have been successfully transformed using CRISPR editing techniques.
Product Description: Products offered must include those salient physical, functional, or other characteristics that are deemed essential in meeting the government's needs. Specifically, the following are considered the salient characteristics for this requirement:
• 488 nm, 405 nm, 638 nm and 561 nm excitation lasers
• Includes six detectors for fluorescence (PMTs) in a freeform optical design that permits the signals from any of the four lasers to be detected by any or all of the six PMTs, based on operator's filter selection
• 70 μm, 100 μm and 130 μm sorting chip sizes
• Sorting devices that include: 2-way tube, multiwell plates, PCR tubes, and slides
• Optional Class II biosafety cabinet that incorporates a built-in aerosol management system which operates independently to actively evacuate aerosols from the sort collection chamber.
• Automated Chip Loading & Positioning, Automated Optical Axis Adjustment, Automated Droplet Calibration, Automated
Sony SH800 Cell Sorter with Laser and 96-well plate deposition system, Part No: LE-SH800SFP, QTY: 1,
Sony 384-well Sorting Upgrade, Part No: LE-K3103 SYX, QTY: 1
Computer Workstation, Part No: WK100300,QTY:1
Air Compressor for SH800, Part No: AE100000, QTY: 1
Power Cord (US) for SH800, Part No: LE-U3E003, QTY: 1
Sony SH800/MA900 Sorting Chip 100um, Part No: LE-C3210, QTY:1
Sony SH800/MA900 Cleaning Chip, Part No: LE-C3100, QTY:1
Sony SH800/MA900 Automatic Setup Beads, Part No: LE-B3001, QTY:1
Sony 10X ClearSort Sheath Fluid, Sterile, Part No: AE700713, QTY:1
Test Tubes - 12x75mm (bag of 250), Part No: LE601275,QTY:1
Instrument Shipment, Part No: InstShip, QTY:1,
On-site Customer Training (2 days), Part No: Training
Anticipated Delivery: 180 days after receipt of order
Place of Performance:
35 Convent Drive
Bethesda, MD 20892
Attachment 1- FAR PART 52.204-24
Attachment 2 - FAR PART 52.212-5
Contract Type
The Government intends to issue a firm fixed price commercial items purchase order for this requirement. Invoicing shall be on a NET30 basis and payment shall be made via Electronic Funds Transfer (EFT).
There are no additional contract requirement(s) or terms and conditions applicable to this acquisition.
The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
APPLICABLE CLAUSES AND PROVISIONS
The following FAR provisions shall apply to this solicitation: 52.212-1, Instructions to Offerors--Commercial Items, 52.212-2, Evaluation--Commercial Items. Evaluation factors that will be used to evaluate the offer most advantageous to the Government, price and other factors considered, include ability to meet the technical requirements stated in this pre-solicitation and on basis of best value to the government. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications Commercial Items, with their offer. The Clause at FAR 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment applies; The Clause at FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment applies; The Clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition and the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items applies to this acquisition.
RESPONSE FORMAT
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. The price quote shall include: unit price, list price, shipping and handling costs, delivery days after contract award, delivery terms, prompt payment discount terms, F.O.B. Point (Destination or Origin), product or catalog number(s); product description; and any other information or factors that may be considered in the award decision. Such factors may include: past performance; special features required for effective program performance; trade-in considerations; probable life of the item selected as compared with that of a comparable item; warranty considerations; maintenance availability; and environmental and energy efficiency considerations. 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 and a price proposal.
Respondents that believe that they are manufacturers or authorized resellers of the BRAND-NAME product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s) offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.
Offerors must 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 registrations and Representation and Certifications from the System of Award Management (SAM) applications at www.SAM.gov, which may be indicated on the Offeror's cover sheet.
EVALUATION CRITERIA
The Government will award a contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors.
CLOSING INFORMATION
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 responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by August 28, 2019 at 12:00 pm, Eastern Standard Time (EST) and must reference solicitation number HHS-NIH-NIDA-(AG)-CSS-75N95019Q00203.
Responses may be submitted electronically to [email protected]. For information regarding this solicitation, contact Andrea McGee by email at [email protected] or by phone at (301) 480-2449.