The Food and Drug Administration intends to award a Purchase Order for the supplies/services listed below. The requirement will be awarded using Simplified Acquisition Procedures in accordance with FAR Part 13.
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. This is a 100% small business set-aside.
The solicitation number is 09-222-SOL-00172. This solicitation is issued as a Request for Quote (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-36, August 11, 2009.
The associated North American Industry Classification System (NAICS) Code is 334516- Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees.
The Food and Drug Administration is soliciting for a Sperm Analyzer that must meet the following specifications:
1. Computer assisted sperm analysis system that can be used for sperm from multiple species, that runs on Windows XP.
2. Contain fluorescence system with a Xenon light source that contains double band pass filters of 450 nm and 660 nm.
3. Contain integrated temperature controlled heated stage that has automated movement settings.
4. Contain the following objectives: (1) 4x dark field, (1) 10x UV objective and (1) 10x NH phase objective.
5. Equipped with the following: a 20â flat panel monitor, keyboard, mouse and security key, internal 60 Hz RS-170 Camera (NTSC format), internal CD/DVD ± R/RW dual layer drive.
6. Software for rat sperm motility, velocity and concentration analysis.
7. At least 4 levels of quality control for GLP projects.
8. Digital image validation capability for GLP projects
9. Capability for export of delimited ASCII data files of all calculated and manually-entered data.
10. Software to provide at least 3 user-defined sorting criteria for isolating sub-populations of sperm.
11. Internal electronic data storage and ability to design up to 3 custom reports.
12. Electronic storage of raw digital image files for motility with ability to store analysis parameters with images that can be recalled and reanalyzed with saved or new parameters.
13. Additional motility software to be used for rabbit, monkey, non-rat rodent, poultry and fish. Must be able to calculate sperm/gram tissue for cauda homogenate.
14. Morphology software for rat sperm: rat head, mid-piece, tail morphology with 40x HTR fluorescent objective.
15. Oval head sperm morphology capability for non-rodent sperm with analysis based on length, width, elongation, perimeter, area, symmetry, and acrosome fraction.
An official authorized to bind the Offeror must sign the terms and conditions of the offer. Offerors that fail to furnish required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.
Contract type: Commercial Item - Firm fixed price. Simplified procurement procedures will be utilized.
FOB Point Destination. The Food and Drug Administration, National Center for Toxicological Research, 3900 NCTR Road, Jefferson, AR 72079.
The provision at FAR 52.212-1 Instructions to Offerors â Commercial Items applies to this solicitation. The following addenda have been attached to this provision: None.
The provision at FAR 52.212-2 Evaluation-Commercial Items is applicable to this solicitation. The specific evaluation criteria to be included in paragraph (1) of that provision are as follows:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (i) Technical capability of the supplies/services offered to meet the Governmentâs requirement; (ii) Past Performance; (ii) Price. Technical and past performances, when combined, are equal when compared to price. The technical evaluation will be determination as whether the proposed contractor is capable of providing the services or supplies. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the products/services offered meets the Government's requirement. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed product and/or services to industry or government agencies. Past performance will consider the ability of the items to meet technical specifications as advertised by the offeror, past record or meeting delivery schedules and service/maintenance reputation. The government reserves the right to make an award without discussions.
The government is not responsible for locating or securing any information, which is not identified in the proposal. To ensure information is available, vendors must furnish as part of their proposal all descriptive material necessary for the government to determine whether the service meets the technical requirements. The offer shall include technical specifications, descriptive material, literature, brochures and other information corresponding to each minimum required item, which demonstrates the capabilities of the offeror.
The Provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, applies to this acquisition. Offerors can complete the certifications via the ORCA website at http://orca.bpn.gov. Offerors that have not completed the certifications online shall complete and return a copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items with their offer. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled âBuy American Act â Supplies,â the offeror shall so state and shall list the country of origin.
The clause at 52.212-4, Contract Terms and Conditions â Commercial Items, applies to this acquisition. The following addenda have been attached to the clause: None.
The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders â Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.225-3 Alt I, 52.225-13, and 52.232-33. Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov.
CCR Requirement â Company must be registered on Central Contractor Registration (CCR) before an award could be made to them. If company is not registered in CCR, they may do so by going to CCR web site at http://www.ccr.gov
It is the offerorâs responsibility to monitor the FedBizOpps website for any released amendments to the solicitation.
A standard commercial warranty on parts and workmanship is required.
The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
Offers are due in person, by mail, e-mail or fax on or before September 11, 2009 by 1:00 pm (Central Standard Time â Local Prevailing Time in Jefferson, Arkansas), at Food and Drug Administration, OC/OSS/OAGS, Attn: Regina Williams, 3900 NCTR Road, Jefferson, AR 72079-9502.
For information regarding this solicitation, please contact Regina Williams @ (870) 543-7012, FAX (870) 543-7990, email
[email protected].
Bid Protests Not Available