The RFP Database
New business relationships start here

Brand Name or Equal rapifleX TOF/TOF Imaging Bundle and microflex LT/SH MALDI-MS System


Maryland, United States
Government : Federal
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

I. OVERVIEW: This notice 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 applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation document will not be issued. Submit quotes on RML-RFQ-1969505.
  

This solicitation is a request for quotes (RFQ). The solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-03 effective July 12, 2019. The associated North American Industry Classification System (NAICS) code for this procurement is 334516 Analytical Laboratory Instrument Manufacturing with a small business size standard of 1,000 employees. This acquisition will be processed under Simplified Acquisition Procedures, FAR Subpart 13.5 - Simplified Procedures for Certain Commercial Items and is not a total small business set aside. It is anticipated that one firm fixed price purchase order will be awarded.


II. STATEMENT OF NEED: The National Institute of Allergy and Infectious Diseases (NIAID), Vaccine Research Center, Immunology Laboratory, Tissue Analysis Core (TAC) requires the purchase of one (1) MALDI-TOF/TOF mass analyzer and one (1) benchtop linear MALDI TOF system which will be used to prepare and analyze samples for MALDI imaging measurements for critical mission-related research. The requested technology can be used by the laboratory for the detection/imaging of any molecule, regardless of its size or nature (lipid, small proteins, peptides, or large proteins). The combination of a tissue MALDI-TOF/TOF with NIAID's existing imaging technology will provide comprehensive, high resolution analysis of tissue immunodynamics that cannot be achieved with any other platform. In addition to the equipment, the TAC requires options for imaging analysis software, and maintenance and support for the instruments. The proposed purchase is for Brand Name or Equal products and services. The brand name, manufacturer number, and description of the products/services are provided in Attachment 1 - Bill of Materials (BOM). Vendor shall be an authorized reseller for the quoted products/services. Only Original Equipment Manufacturer (OEM) products are acceptable.


In addition to the products listed in the BOM, the TAC requires the following for each system:
•    Shipping and handling to destination - Gaithersburg, MD
•    Provide a certified service technician to perform delivery, installation, calibration, and initial training
•    Mass spectrometry training course
•    On-site spare part kit
•    One-year warranty
•    Option to purchase up to four 12-month maintenance agreements (4 years total). If vendor has more than one level of maintenance/support available for these instruments, NIAID requests vendor provide a quote for each service level for all option years as demonstrated in the BOM.


To be considered for award, quotes of "equal" products, including "equal" products of the brand name manufacturer, must meet the following criteria for the salient characteristics.


The MALDI TOF/TOF system must meet the following minimum salient characteristics:
1.    Guaranteed number of laser shots ≥ 10 billion
2.    Fast data acquisition of up to 50 true square pixel/second and capable of true pixels at precise quadratic shape
3.    Linear mass range at least up to 300 kDa
4.    High mass resolution capabilities of 50,000 FWHM for m/z 3,147 and ≥ 25,000 FWHM for Cytochrome C (m/z 12,361)
5.    Less than 1 ppm mass accuracy (reflectron mode) with internal calibration
6.    Scanning laser beam with 10 kHz repetition rate and modulated laser beam profile for best sensitivity
7.    True TOF/TOF technology with two stage acceleration and precursor ion selection between TOF1 and TOF2
8.    Ion optics adaptable to analysis mode for best resolution and sensitivity
9.    CID (collision-induced dissociation) and in-source decay capabilities
10.    SCiLS-Lab image software or proposed equal MALDI imaging MS software for mining large MALDI imaging data, ability to handle multiple datasets, provide statistical analysis and correlation to histological scans
11.    3D capability for imaging software, i.e., stacking of subsequent tissue slices into three-dimensional image. Ability for reconstruction, visualization, and statistical analysis of 3D imaging datasets


The MALDI-TOF mass spectrometer system must meet the following minimum salient characteristics:
1.    Benchtop and vertical design MS instrument for small footprint
2.    Ability for wide mass range focusing; up to 300K m/z mass range
3.    Contains MALDI ion source with a quick, integrated self-cleaning procedure without requiring venting of the system,
4.    Ability to have 15K mass resolution
5.    Ability for a fast, high-performing 500 MS/s digitizer plug-in board
6.    Ability to use a 60 Hz N2-cartridge-laser including power attenuation and UV optics (up to 60 Hz laser repetition)
7.    Has a TOF-analyzer with positive ion detection and exclusive linear mode functionality
8.    Ability for the software to be user-friendly and versatility for data collection with manual operation and control over spot position, laser power applied, and the number of shots collected for MALDI-MS analysis


III. PERIOD OF PERFORMANCE: The period of performance required for total performance (inclusive of all options) is estimated from award date July 31, 2019 through September 29, 2024. NIAID requires delivery of equipment as soon as possible but not later than eight weeks from date of award. Twelve-month maintenance and support to begin once equipment is installed.


IV. DELIVERY: FOB Point shall be Destination, Gaithersburg, MD. Place of delivery is 9 West Watkins Mill Road, Gaithersburg, MD 20878. Risk of loss or damage to the supplies provided under this acquisition shall remain with the Contractor until, and shall pass to the Government upon, delivery of the products to the Government at the f.o.b. destination specified in accordance with FAR 52.212-4(j).

V. INSTRUCTIONS: The government requests responses from qualified sources capable of providing the requirement as outlined above and in the BOM. If providing an equal product(s), please supply descriptive data for evaluation purposes to determine the validity of how it is an EQUAL. The following FAR provision apply to this solicitation and is incorporated by reference: FAR 52.211-6 Brand Name or Equal (Aug 1999) (a) If an item in this solicitation if 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 characteristics specified in the 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 modifications. (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. (End of provision).


All quotes shall include: price(s) (unit price, extended price, total price); manufacturing country of origin of the products; documentation demonstrating vendor is either the manufacturer or authorized distributor/reseller of the product(s); confirmation of required delivery timeframe; point of contact: name, phone number & email; DUNS #; Cage Code; business size under NAICS 334516; and payment terms. Vendor shall provide individual line item pricing for products/services as demonstrated in the BOM. Each response must clearly indicate the capability of the vendor to meet all specifications and requirements. The Government may evaluate only those quotes that fully meet the requirements as outlined above and respond to the solicitation instructions and requirements. Failure to furnish a full and complete quote as instructed may result in the Vendor's response being considered non-responsive and will therefore be eliminated from further consideration and award.


Quote must be submitted via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov on or before Thursday, July 25, 2019 5:00 pm EST. All or part of the successful vendor's quote may be incorporated in any purchase order resulting from this solicitation. The successful vendor's quote may be incorporated by reference. Reference Solicitation ID: RFQ-RML-1969505 on your quote.


By submission of a quote, the vendor acknowledges the requirement that a prospective awardee shall be registered in the System for Award Management (SAM) https://www.sam.gov/portal/public/SAM/ prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this solicitation. [Note: Lack of registration in the SAM will make a vendor ineligible for award].


VI. SECTION 508
Requirements for accessibility based on Section 508 of the Rehabilitation Act of 1973 (29 U.S.C. 794d) are determined to be relevant for the following program need:

Software     1194.21 Software Applications and Operating Systems
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Web    1194.22 Web-Based Internet Information and Applications
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Web Application
1194.21 Software Applications and Operating Systems
1194.22 Web-Based Internet Information and Applications
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Telecommunications    1194.23 Telecommunications Item(s)s
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Video/Multimedia    1194.24 Video and Multimedia Item(s)s
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Self-Contained    1194.25 Self-Contained, Closed Item(s)s
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support
Personal Computers    1194.26 Desktop and Portable Computers
1194.31 Functional Performance Criteria
1194.41 Information, Documentation, and Support


Solicitation respondents must describe how their proposed Electronic and Information Technology (EIT) deliverables meet at least those technical provisions identified as applicable in Attachment 2 - Government Product/Service Accessibility Template (GPAT).


VII. EVALUATION: The Government will award a purchase order resulting from this solicitation to the responsible vendor whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. NIAID will make that determination based on the capability of each vendor's quote to provide all requested products/services, meet the brand name or equal salient characteristics, provide the quoted products/service in a timely manner, warranty, past performance, and reasonable price. Only quotes that are determined to be technically acceptable will be evaluated for the remaining factors. The Government's objective is to obtain the highest technical solution considered necessary to achieve the project objectives with a reasonable price. Non-price factors, when combined, are considered more important than price. In the event quotes are evaluated as equal in non-price factors, price will become a major consideration in selecting the successful Vendor. Responses to this solicitation may be considered for award after it has been determined that the quote adequately addresses the requirements for Section 508.


VIII. DISCUSSIONS: The Government intends to award without discussions but reserves the right to conduct discussions should it be deemed in the Government's best interest.


IX. SPECIAL NOTICE TO VENDORS
Vendors are advised that the Government may share your information with non-government personnel who are assisting with the evaluation of quotes. The exclusive responsibility for source selection will reside with the Government. By submitting your quote, you will be consenting to disclosure of your quote to non-government personnel for purposes of evaluation.


X. QUESTIONS: If you have questions regarding this requirement, please submit inquires immediately, but no later than Friday, July 19, 2019 5:00 PM EST, via email to the Contract Specialist, Tamara McDermott, at tamara.mcdermott@nih.gov. The Government will issue an amendment to the RFQ responding to questions, if needed.


XI. SMALL BUSINESS SUBCONTRACTING PLAN
[Applicable to Large Businesses only.] NIAID highly encourages small business participation. FAR clause 52.219-9 requires a small business subcontracting plan in order to be eligible for contract award if subcontracting possibilities exist. This requirement does not apply to small business or small disadvantaged business responders. Attachment 3 - Small Business Subcontracting Plan is provided as an outline that meets the minimal requirements of section 8(d) of the Small Business Act, as amended, and implemented by the Federal Acquisition Regulations (FAR) Subpart 19.7. This outline is not intended to replace any existing corporate master plan, which is more extensive. Assistance is available for locating small and small disadvantaged business sources by contacting NIAID's Small Business Specialist. For contact information, please send an inquiry to the Contract Specialist, Tamara McDermott.


XII. PROVISIONS, CLAUSES & OTHER
Vendors must complete annual representations and certifications on-line at http://www.sam.gov in accordance with FAR 52.212-3 Offerors Representations and Certifications- Commercial Items.


The Contractor shall comply with the following Federal Acquisition Regulations (FAR) provisions and clauses, which are incorporated by reference, to implement provisions of law or Executive Orders applicable to acquisitions of commercial items. The full text versions may be accessed electronically at: https://www.acquisition.gov/far/.
FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Oct 2018)
FAR 52.203-18 Prohibition on Contracting with Entities that Require Certain Internal Confidentiality Agreements or Statements - Representation (Jan 2017)
FAR 52.203-19 Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements. (Jan 2017)
FAR 52.211-6 Brand Name or Equal (Aug 1999)
FAR 52.227-19 Commercial Computer Software License (Dec 2007)
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)
FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors (Dec 2013)


The following additional Health and Human Services Acquisition Regulations (HHSAR) provisions and clauses are applicable to this requirement:
HHSAR 352.203-70 Anti-Lobbying (December 18, 2015)
HHSAR 352.208-70 Printing and Duplication (December 18, 2015)
HHSAR 352.219-70 Mentor-Protégé Program (December 18, 2015)
HHSAR 352.222-70 Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015)
HHSAR 352.239-73 Electronic Information and Technology Accessibility Notice (December 18, 2015)
HHSAR 352.239-74 Electronic and Information Technology Accessibility (December 18, 2015)
Copies of the above-referenced clauses are available from http://www.hhs.gov/policies/hhsar/ or upon request, either by telephone or fax.


The following additional FAR provisions and clauses are applicable to this requirement and provided in full text as Attachment 4 - Full Text Provisions and Clauses:
FAR 52.212-1 Instruction to Offerors - Commercial Items (Oct 2018) Amended
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2019)
FAR 52.217-5 Evaluation of Options (Jul 1990)
FAR 52.217-7 Option for Increased Quantity - Separately Priced Line Item (Mar 1989)
FAR 52.217-8 Option to Extend Services (Nov 1999)
FAR 52.217-9 Option to Extend the Term of the Contract (Mar 2000)
FAR 52.225- 6 Trade Agreements Certificate (May 2014)


XIII. LIST OF ATTACHMENTS
Attachment 1 - Bill of Materials (BOM)
Attachment 2 - Government Product Accessibility Template (GPAT)
Attachment 3 - Small Business Subcontracting Plan Template
Attachment 4- Full Text Provisions and Clauses



Tamara K. McDermott, Contract Specialist, Phone 406-375-7487, Email tamara.mcdermott@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP