Federal Bid

Last Updated on 14 Sep 2013 at 8 AM
Combined Synopsis/Solicitation
Center Kentucky

Tissue Homogenizer (Dissociator) and a Single Cell Sorter (Separator)

Solicitation ID FDA_13-223-SOL-1120939
Posted Date 20 Aug 2013 at 7 PM
Archive Date 14 Sep 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Office Of Acquisitions And Grants Services - Rockville
Agency Department Of Health And Human Services
Location Center Kentucky United states
Document Type: Combined Synopsis/Solicitation
Solicitation Number: FDA_13-223-SOL-1120939
Posted Date: August 20, 2013
Response Date: August 30, 2013
NAICS Code:
Small Business Size Standard: 334516
500 employees

Contracting Office Address

FDA/OO/OFBA/OAGS/DAP
National Center for Toxicological Research (NCTR)
3900 NCTR Road
Jefferson, AR 72079

Description

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 "Streamlined Procedures for Evaluation and Solicitation for Commercial Items", as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation document will not be issued. The Government intends to issue a Purchase Order in accordance with FAR Part 13.106 for the attached requirement using Simplified Acquisition Procedures. This solicitation number is FDA_13-223-SOL-1120939. This solicitation is issued as a Request for Quote (RFQ).

The solicitation document and incorporated provisions and clauses are those in effect through the Federal Acquisition Circular FAC 2005-69 dated August 1, 2013.

The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 - Analytical Laboratory Instrument Manufacturing; Small Business Size Standard is 500 employees. This combined synopsis/solicitation is Full and Open Competition.

The U.S. Food and Drug Administration (FDA) is seeking quotes from vendors that can provide the National Center for Toxicological Research (NCTR) with a Tissue Homogenizer (Dissociator) and a Single Cell Sorter (Separator)

Background

The Tissue Homogenizer (Dissociator) and a Single Cell Sorter (Separator) will allow the end-user to magnetically separate specific cells from tissue or other biological environments while still retaining their function and vitality for other applications. The Tissue Homogenizer (Dissociator) and a Single Cell Sorter (Separator) will enable the researcher to homogenize tissue and separate live single-cell suspensions from tissue.

Specifications for a Tissue Homogenizer (Dissociator) and a Single Cell Sorter (Separator):

• A Tissue Homogenizer System that can use various size tubes

• An Automated Magnetic Single Cell System and Accessories

• One (1) year parts and labor warranty required

Schedule of Items

FOB Destination:
Contract Type: Firm Fixed Price

CLIN DESCRIPTION QUANTITY *UNIT PRICE TOTAL PRICE

0001 Tissue Homogenizer 1 tiny_mce_marker_________ tiny_mce_marker__________
(Dissociator) and
Single Cell Sorter
(Separator)

Catalog/Item/Part Number: _____________

Total Price: tiny_mce_marker______________________

GSA Contract Number (If applicable): _______________________

Delivery Address
US Food and Drug Administration
National Center for Toxicological Research
3900 NCTR Road
Jefferson, AR 72079

Clauses and Provisions:

The following Clauses are incorporated by reference and are available in full text at
http://www.acquisition.gov/far/, http://www.hhs.gov/regulations/hhsar and
http://www.hhs.gov/asfr/ogapa/acquisition/policies/files/caac-consultation-accelerated-payment-gsa.pdf
FAR Clauses are current through Federal Acquisition Circular 2005-69 dated August 1, 2013:

CLAUSES

FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUL 2013)

The following FAR 52.212-4 addenda apply:

FAR 52.232-99, Providing Accelerated Payment to Small Business Subcontractors (Deviation) (AUG 2012)

HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (JAN 2010)

HHSAR 352.231-71 Pricing of Adjustments (JAN 2001)

HHSAR 352.242-71 Tobacco-Free Facilities (JAN 2006)

Invoice Submission
INVOICES SHALL NOT BE SUBMITTED MORE FREQUENTLY THAN ONCE PER MONTH

THE CONTRACTOR SHALL SUBMIT ALL INVOICES TO ALL ADDRESSEES IN THE MANNER SPECIFIED BELOW:

(I) ONE ORIGINAL AND ONE COPY MAILED TO THE PAYMENT OFFICE AT:

FDA/OC/OA/OFO/OFS
Attn: Division of Payment Services
3900 NCTR Road, HFT-324
Building 50, 6th floor, suite 616
Jefferson, AR 72079
Fax 870-543-7224

An electronic invoice can be emailed to the following address:
[email protected]

(II) ONE COPY TO THE FOLLOWING INDIVIDUAL CLEARLY MARKED "FOR INFORMATION PURPOSES ONLY/COURTESY COPY ONLY":

Food and Drug Administration
3900 NCTR Road
Jefferson, AR 72079

*** Acceptable methods of delivery include: mail, hand delivery, or e-mail

The purpose of submitting this invoice is to prompt the COR to accept/receive the items in iProcurement upon receipt of the invoice.

Invoices submitted under this contract must comply with the requirements set forth in FAR clauses 52.232-25 (prompt payment) and 52.232-33 (payment by electronic funds transfer - central contractor registration) and/or other applicable far clauses specified herein. To constitute a proper invoice, the invoice must be submitted on company letterhead and include each of the following:

(I) Name And Address Of The Contractor;

(II) Invoice Date And Invoice Number;

(III) Purchase Order/Award Number;

(IV) Description, Quantity, Unit Of Measure, Unit Price, And Extended Price Supplies Delivered Or Services Performed, Including:
(a) Period Of Performance For Which Costs Are Claimed;
(b) Itemized Travel Costs, Including Origin and Destination;
(c) Any Other Supporting Information Necessary to Clarify Questionable Expenditures;

(V) Shipping Number And Date Of Shipment, Including The Bill Of Lading Number And Weight Of Shipment If Shipped On Government Bill Of Lading;

(VI) Terms of Any Discount For Prompt Payment Offered;

(VII) Name And Address Of Official To Whom Payment Is To Be Sent (Must Be The Same As That In The Purchase Order/Award, Or In A Proper Notice Of Assignment);

(VIII) Name, Title, And Phone Number Of Person To Notify In Event Of Defective Invoice;

(IX) Taxpayer Identification Number (TIN);

(X) Electronic Funds Transfer (Eft) Banking Information, Including Routing Transit Number of The Financial Institution receiving payment And The Number Of The Account Into Which Funds Are To Be Deposited;

(XI) Name And Telephone Number Of The FDA Contracting Officer Representative (COR) Or Other Program Center/Office Point Of Contact, As Referenced On The Purchase Order;

(XII) Any other information or documentation required by the purchase order/award.

(XIII) Contractor  is not □ required to attach an invoice log addendum to each invoice which shall include, at a minimum, the following information for contract administration and reconciliation purposes:
(a) List of all invoices submitted to date under the subject award, including the following:
(1) invoice number, amount, & date submitted
(2) corresponding payment amount & date received
(b) Total amount of all payments received to date under the subject contract or order
(c) And, for definitized contracts or orders only, total estimated amounts yet to be invoiced for the current, active period of performance

QUESTIONS RELATING TO INVOICES SHALL BE DIRECTED TO MS. TRACI JONES or GAYLEN WILSON AT THE FDA PAYMENT OFFICE AT (870) 543-7446 OR [email protected]

POINTS OF CONTACT: Yolanda Peer can be reached at [email protected] or by phone at (870) 543-7479

QUESTIONS CONCERNING TERMS OF THIS ORDER (Other than invoice-related) SHOULD BE DIRECTED TO: Yolanda Peer (870) 543-7479

The Contracting Officer is the only person with authority to act as agent of the Government under this contract. Only the Contracting Officer has authority to:
(1) Direct or negotiate any changes in the statement of work;
(2) Modify or extend the period of performance;
(3) Change the delivery schedule
(4) Authorize reimbursement to the Contractor any costs incurred during the performance of this contract; or
(5) Otherwise change any terms and conditions of this contract.

The Contracting Officer for this order is:

XXXXX, Contracting Officer
3900 NCTR Road
HFT-320
Jefferson, AR 72079
Phone: (870) 543-XXXX
Email: [email protected]

The COR is responsible for:

(1) Monitoring the Contractor's technical progress, including the surveillance and assessment of performance and recommending to the Contracting Officer changes in requirements;
(2) Interpreting the statement of work and any other technical performance requirements;
(3) Performing technical evaluation as required;
(4) Performing technical inspections and acceptances required by this contract; and
(5) Assisting in the resolution of technical problems encountered during performance.

The COR for this order is:

To be identified at time of award.

Other Terms and Conditions

Maintenance and Repair

All maintenance and repair activities (including warranty work) shall be accomplished in accordance with the Original Equipment Manufacturer (OEM) specifications.

 

Service Records and Reports

The Contractor shall, commensurate with the completion of each service call (inclusive of warranty service), provide the end-user of the equipment with a copy of a field service report/ticket identifying the equipment name, manufacturer, model number, and serial number of the equipment being serviced/repaired and detailing the reason for the service call, a detailed description of the work performed, the test instruments or other equipment used to affect the repair or otherwise perform the service, the name(s) and contact information of the technician who performed the repair/service, and for information purposes, the on-site hours expended and parts/components replaced. In addition, the Contractor shall provide a written report to the FDA COR and Contract Specialist, not later than the 5th work day following the end of each month, summarizing all maintenance and repair activities (including warranty work) each time service and/or repair activities for the previous month.

FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders (JAN 2013)

The following FAR 52.212-5(b) clauses apply: 52.204-10, 52.209-6, 52.219-4, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-3 Alt I, 52.225-13, 52.232-33

Clauses and provisions incorporated by reference can be obtained at http://www.acquisition.gov/far/index.html.

PROVISIONS

The following solicitation provisions apply to this acquisition:
FAR 52.212-1 Instruction to Offerors-Commercial Items (Jul 2013)

The following FAR 52.212-1 addenda applies:

The offeror agrees to hold the prices firm until September 30, 2013.

The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable to this solicitation notice.
It is the offeror's responsibility to monitor the internet site for the release of an amendment to the combined synopsis/solicitation (if any).

Offerors that fail to complete the required representations and certifications, or reject the terms and conditions of the solicitation, may be excluded from consideration.

FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)

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: (i) Technical Capability and (ii) Price. Factors are listed in descending order of importance.

The Government will award the purchase order 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 items/services offered to best meet or exceed the Government's requirement
(ii) Price

Non-price factor (Technical) is significantly more important when compared to price in determining the best value to the Government; however, price remains a significant factor.

Technical capability will be determined and evaluated by review of information submitted by the offeror, which must provide sufficient technical information necessary for the Government to conclusively determine that the offered instrument and components meet the technical requirements identified above. Offerors shall specifically address the specifications stated above as well as technical specifications, descriptive material, literature, brochures and other information which demonstrates the capabilities of the offeror.

The Government is not responsible for locating or securing any information, which is not identified in the proposal, however the Government reserves the right to obtain information for use in the evaluation from any and all sources including sources outside of the Government. Offeror's shall include the firm's DUNS number with quote.

Price proposed must be detailed and represent the offeror's response to the schedule of items above.

FAR 52.212-3 Offerors Rerepresentations and Certifications-Commercial Items
(Aug 2013).

An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically via http://www.acquisition.gov/. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision.
A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
The offer must reference solicitation FDA_13-223-SOL-1120939. Offers are due in person, by postal mail or email to the point of contact listed below on or before August 30, 2013 by 1:00 PM, (Local Time Jefferson, Arkansas) at the Food and Drug Administration, OO/OFBA/OAGS/DAP, Attn: Yolanda Peer, 3900 NCTR Road, HFT-320, Building 50 - Room 420, Jefferson, AR 72079-9502 or [email protected].
For information regarding this solicitation, please contact Yolanda Peer at [email protected].

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Washington District of columbia 30 Sep 2025 at 4 AM (estimated)