Equipment Software and General Start-Up Item Requirements
Additionally, the contractor shall provide associated equipment software which allows assignment of custom methods of operations, as well as the following start up items for use with the equipment:
1. One 32 x 30 mL Amino acid rack
2. One 32 x 30 mL Rack cover plate and foil septa
3. One hundred 30 mL Amino acid tubes,
4. Five 185 mL Reagent bottles, glass
5. One R1-4 Reagent bottle cover plate
6. One R5 Reagent bottle cover plate
7. One R1-4 Reagent bottle foil septa
8. One R5 Reagent bottle foil septa
9. System solvent bottles: 1 x 5 L, 1 x 2 L, and 1 x L liter
10. GL45 brown glass bottles
11. One 10 liter waste bottle
12. Ten 5 mL Reactor vial with PTFE frit
13. Ten 10 mL Reactor vial with PTFE frit
14. Ten 30 mL Reactor vial with PTFE frit
15. One Vial tool
16. One 5 mL Reactor vial extension
17. One 10 mL Reactor vial extension
18. One 30 mL Reactor vial extension
19. Twenty 5 mL/ 10 mL Reactor vial caps
20. Ten 30 mL Reactor vial caps
21. Thirty Reactor vial plugs
Equipment MAOS Start-Up Item Requirements
1. Vials, caps, crimper, cavity cover, etc to allow MAOS to take place.
2. Microwave vials:0.2-0.5 mL,0.5-2 mL, 2-5 mL (10pcs of each size),10-20 mL-12 pcs
3. Magnetic stir bars:0.2-0.5 mL,0.5-2 mL, 2-5 mL,(10 pcs of each size),10-20 mL-5 pcs
4. Alucap/Septa-50 pcs
5. Crimper-1pcs,
6. Decapper-1pcs
7. Initiator Getting Started Guide
8. Air hose-2meter
9. Waste Tray Insert- 5pcs
10. Supply Connection set-1pcs
11. Air Control Unit- 1pcs
12. Waste tray Cover- 1pcs
13. Waste tray assy-1pcs
14. Screw, MRT M4 x 8-1pcs
15. Vial Adaptor, 10-20 mL ASM (2pcs)
16. Vial collar-4pcs, O-Ring 22.1x1.6-2pcs,
17. Vial Adaptor, 0.2-0.5 mL- 2pcs, O-Ring 22.1x1.6-2pcs
Equipment Extended Warranty Requirements
Finally, the Contractor shall provide an extended warranty covering three years of Priority Service for the equipment itself.
Delivery Requirements/Period of Performance:
Delivery shall be made within four (4) weeks following contractor receipt of order. Delivery schedule is of significant importance.
CONTRACT TYPE
A firm fixed price purchase order with NET30 invoicing terms is anticipated.
APPLICABLE CLAUSES AND PROVISIONS INCORPORATED BY REFERENCE
1. All Offerors MUST be actively registered in the System for Award Management (SAM) www.sam.gov.
2. The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items (April 2014), applies to this acquisition.
3. A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (March 2015), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.
4. FAR clauses 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) apply to this acquisition.
5. FAR Clause 52.217-5, Evaluation of Options (July 1990), applies to this acquisition.
6. FAR Clause 52.217-9, Option to Extend the Term of the Contract (March 2000), applies to this acquisition
7. The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.
EVALUATION CRITERIA
FAR clause 52.212-2, Evaluation - Commercial Items (October 2014) applies to this acquisition and the specific evaluation criteria to be included in paragraph (a) of that provision are as follows:
The Government will award a purchase order resulting from this solicitation on the basis of lowest price technically acceptable. Technical acceptability shall be based on the following:
1. The Contractor must meet or exceed each of the project requirements detailed in this solicitation.
2. The Contractor must be able to meet or exceed the delivery schedule requirement (delivery within 4 weeks or less).
RESPONSE FORMAT
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. The offeror must submit a technical response and a separate price quotation.
The technical response should be prepared in reference to the evaluation criteria identified in this solicitation and may be up to 12 single sided pages. The technical response should indicate how the equipment meets each of the project requirements and include a delivery lead time. The price quotation must include the requirements listed above, including service options, as well as associated pricing.
Contractors must provide their Company Name, Dun & Bradstreet Number (DUNS), Taxpayer Identification Number (TIN), Business Size, Physical Address, and Point of Contact Information in their responses. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov."
NOTE
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.
CLOSING STATEMENT
All responses must be received by the closing date of this announcement and must reference solicitation number HHS-NIH-NIDA-SSSA-CSS-15-682. Responses shall be submitted electronically via email to Lauren Phelps, Contract Specialist, at [email protected].