The RFP Database
New business relationships start here

Mirrorball microplate cytometer, software, and installation


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

NON-COMPETITIVE
COMBINED SYNOPSIS / SOLICITATION


TITLE: Mirrorball Microplate Cytometer, Software, and Installation


(i)    This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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.


(ii)    The solicitation number is 75N95019Q00143 and the solicitation is issued as a request for quotation (RFQ).


This acquisition is for a commercial item and is conducted under the authority of the Federal Acquisition Regulation (FAR) Part 13-Simplified Acquisition Procedures; FAR Subpart 13.5- Simplified Procedures for Certain Commercial Items; and FAR Part 12-Acquisition of Commercial Items, and is expected to exceed the simplified acquisition threshold.


THIS IS A NON-COMPETITIVE (NOTICE OF INTENT) COMBINED SYNOPSIS SOLICITATION TO AWARD A CONTRACT OR PURCHASE ORDER WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME).


The National Institute on Drug Abuse (NIDA), NIDA Office of Acquisitions - NCATS Section, on behalf of the National Center for Advancing Translational Sciences (NCATS), intends to negotiate and award a contract without providing for full and open competition (including brand-name) to TTP Labtech, Ltd, Melbourn Science Park, Melbourn, Royston, Herts SG8 6EE, UK, for a Mirrorball microplate cytometer.


This acquisition is conducted as non-competitive for a commercial item or service and is conducted under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and the authority of 41 U.S.C. 1901.


Pursuant to FAR Subpart 13.501(a)(1), the justification (excluding brand name) will be made available within 14 days after contract award.


(iii)    The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 dated 7/12/2019.


(iv)    The associated NAICS code is 334516 and the small bausiness size standard is 1000 employees. No set-aside restriction is applicable.


(v)    This purchase consists of the following line items:


     Line 1: Mirrorball 300 microplate cytometer, triple laser, includes Cellista software and installation
     Line 2: Training via WebEx
     Line 3: Cellista software - single off-line analysis license.
     Line 4: Shipping


(vi)    Delivery shall be to:


The National Center for Advancing Translational Sciences (NCATS)
9800 Medical Center Drive
Rockville, MD 20850


Delivery shall be within 16 to 20 weeks after receipt of order. Offeror is to propose FOB terms. Terms must address shipping costs.


(vii)    The provision at FAR clause 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition.


CONTENTS OF THE QUOTE (to be provided by the Offeror, or presented on Offeror's standard quotation form):
  1.    Name of Company.
  2.    Street Address, City, State, Zip code.
  3.    Name of Person, telephone number, and e-mail address of person authorized to provide quote.
  4.    DUNS number.
  5.    Period of Performance OR Delivery Date After Receipt of Order.
  6.    Contract number (and title) if quoting based on a contract vehicle other than open market (such as GSA Federal Supply Schedules; other Government agency (OGA) contracts, Government-wide Acquisition Contracts (GWACs); or National Institute of Health (NIH) Blanket Purchase Agreements (BPA)).
  7.    Technical description of the product or service offered, in sufficient detail to evaluate compliance with the requirements of the Product Description above. Provide product or catalog number(s); product or service description, list price, unit price, unit discounts, total price, any shipping and handling costs, country of origin, etc.
  8.    Shipping costs and terms (f.o.b. and other terms as applicable).
  9.    Payment discount terms. 
  10.    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.


(viii)    Offers will be evaluated for technical criteria, price, and past performance, using a comparative evaluation approach. Technical criteria consist of matching the line items identified above. Technical and past performance, when combined, are significantly more important than price.


(ix)    Offerors are to include a completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications-Commercial Items, with offers.


(x)    The FAR clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The following addendum applies:


  FAR 52.212-4 Addendum (accompanying this solicitation)
  FAR 52.227-19 Commercial Computer Software License.


     The following FAR provisions or clauses are incorporated by reference:


  52.204-7, System for Award Management (Oct 2018)
  52.204-13, System for Award Management Maintenance (Oct 2018)
  52.204-16, Commercial and Entity Code Reporting (Jul 2016)
  52.204-18, Commercial and Entity Code Maintenance (Jul 2016)
  HHSAR 352.222-70, Contractor Cooperation in Equal Employment Opportunity Investigations (December 18, 2015).
  52.212-4(g), Invoice, is supplemented by the NIH Invoice and Payment Instructions (2/2014).


(xi)    FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition.


(xii)    The following additional contract requirement(s) or terms and conditions as determined by the contracting officer are necessary for this acquisition and consistent with customary commercial practices:


Protection of the Government's interest in continued use of discontinued or unsupported products: the contract will include the condition that, in the event the manufacturer effectively discontinues sale of or support for the purchased device, the awardee will be obligated to provide the Government, at reasonable cost, the technical data (e.g. drawings, data, training, etc.) and appropriate licenses of intellectual property for the device so that the Government will be able to provide its own technical support or engage third parties to provide technical support. This warranty will survive completion of the contract. This data may include:
     •    Parts drawings for all proprietary parts;
     •    Electrical schematics for all proprietary PCBs;
     •    Specifications of tools required for field service;
     •    Any technical notes relevant for field service work;
     •    A field training course for a site technician at NCATS;
     •    Assembly drawings and setup procedures;
     •    Latest bill of materials;
     •    Software keys or unlocked versions of software;
     •    A license of intellectual property that will allow the continued use of the instruments by the Government within the laboratory environment for which they were purchased in the event that the manufacturer effectively discontinues support for the instruments. The Government will require the grant of such perpetual, nonexclusive, nontransferable, irrevocable, paid-up licenses such that continued use, maintenance, and improvement of the instruments and associated software will not constitute infringement of any intellectual property to which they may have been subject.


(xiii)    This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice. Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. A determination by the Government whether to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered to determine whether to proceed on a non-competitive basis as indicated above, or to conduct a competitive procurement.


(xiv)     Responses must include the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size. All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.


All responses must be received by 11:00 a.m. Eastern time on July 22, 2019, and reference solicitation number 75N95019Q00143. Responses must be submitted by email to Stuart Kern, Contract Specialist, stuart.kern@nih.gov, 301-402-3334.


 



Stuart G. Kern, Contract Specialist, Phone 3014023334, Email stuart.kern@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP