The RFP Database
New business relationships start here

Fluidigm C1 and HD MX Systems for NIA Analysis of Single Cells


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

Fluidigm C1 and HD MX Systems for NIA Analysis of Single Cells
Notice of Intent to Sole Source
HHS-NIH-NIDA-SSSA-NOI-17-235



INTRODUCTION

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).

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; a proposal is being requested from the sole source vendor and a written solicitation will not be issued.

The National Institute on Drug Abuse (NIDA), Station Support Contracts and Simplified Acquisitions Branch (SS/SA) on behalf of the National Institute on Aging (NIA) intends to negotiate and award a contract without providing for full and open competition (including brand-name) to Government Scientific Source, Inc. for Fluidigm C1 and Fluidigm HD MX instruments.


REGULATORY & STATUTORY AUTHORITY
This acquisition is conducted as non-competitive for a commercial item or service under the authority of the FAR Subpart 13.5-Simplified Procedures for Certain Commercial Items and 13.501 Special documentation requirements, and the authority of 41 U.S.C. 1901 and the statutory authority of FAR Subpart 6.302-1. The requirement is expected to exceed the simplified acquisition threshold.

Pursuant to FAR Subpart 13.501 (a) (1) (iii) the justification (excluding brand name) will be made available within 14 days after contract award or in the case of unusual and compelling urgency within 30 days after contract award.

The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 dated January 19, 2017.


NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE
The associated NAICS code for this requirement is 334516 with size standard of 1,000 Employees.


CONTRACTING WITHOUT PROVIDING FOR FULL OR OPEN COMPETITION (INCLUDING BRAND-NAME) DETERMINATION
The non-competitive determination is based upon the market research conducted as prescribed in FAR Part 10--Market Research, which indicates that Government Scientific Source, Inc. is the only contractor capable of meeting the needs of this requirement to ensure continuity of research data. The NIH Deputy Director of Intramural Research has instituted a series of symposia on scientific reproducibility and mechanisms for its reduction and National Institute on Aging researchers have been tasked with duplicating existing studies. The studies assigned to the National Institute on Aging for duplication were performed based on data from Fluidigm C1 and HD MX instruments. To ensure continuity of science, and to assist in discerning the best mechanisms for scientific reproducibility, only the Fluidigm C1 and HD MX systems may be used for this purpose; the National Institute on Aging must therefore acquire the systems for use.

The Fluidigm systems are proprietary to their original equipment manufacturer, Fluidigm, and accordingly no other company is capable of manufacturing the required equipment. Fluidigm, however, only sells its equipment to the Government through a partnership with contractor Government Scientific Source, Inc. Fluidigm has provided a letter indicating that Government Scientific Source, Inc. is the only possible avenue by which the Government may purchase the required laboratory instruments. Accordingly, Government Scientific Source is the only contractor capable of meeting this need.
This synopsis is not a request for competitive proposals. However, interested parties may identify their interest and capability to respond to this notice if it is believed that the requirement may be met competitively. .

A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. The information received will normally be considered solely for the purposes of determining whether to proceed on a non-competitive basis or to conduct a competitive procurement.


DESCRIPTION OF REQUIREMENT


Background
The Flow Cytometry Shared Resource Laboratory is a core facility at the National Institute on Aging (NIA) Intramural Research Program (IRP). This core facility provides analytical flow cytometry and cell sorting services as well as access to instrumentation which is essential to the biomedical research mission of the NIA IRP.

Reproduction of scientific results amongst different labs and investigators is an area of major concern for the National Institutes of Health (NIH) and the as well as the global scientific community. To address this, the NIH Deputy Director of Intramural Research has instituted a series of symposia on scientific reproducibility and mechanisms for its reduction. NIA IRP researchers are therefore duplicating studies. The studies being duplicated by the NIA are based on results from use of the Fluidigm C1 and HD MX systems in previous research efforts. To ensure standardization of data, only this specific instrumentation is acceptable and this need is sole-source in nature.


Purpose and Objectives
The purpose of this requirement is to procure Fluidigm C1 and Fluidigm HD MX instruments to isolate, process, and prepare individual cells for genome, transcriptome, quantitative gene expression, and functional analysis.


Product Description
The Government requires delivery and installation of one (1) Fluidigm C1 Instrument and one (1) Fludigim BioMark HD MX System. The equipment shall meet each of the specifications identified in this purchase description.

Quantity and Salient Characteristics Requirements
One (1) Fluidigm C1 Instrument and One (1) Fludigim BioMark HD MX System are required. The Fluidigm C1 instrument is a microfluidics system which will isolate and prepare individual cells for genomic analysis applications including DNA sequencing, targeted gene expression, whole transcriptome, and microRNA expression profiling. The system enables capture, staining for cell viability, lysis, and DNA or cDNA template prepration for up to 800 single cells on a single platform. The C1 instrument includes an integrated fluidic circuit as well as a reagents kit which contains reagents for cell suspension, lysis, and harvest.


The Fluidigm BioMark HD system enables analysis of gene expression, genotyping, mutant detection, and absolute quantification of nucleic-acid sequences. The system includes software for real-time PCR, digital PCR, and genotyping.


Warranty Requirements
The Contractor shall provide a one (1) year warranty on all equipment, parts and repairs. The one (1) year warranty shall include preventative maintenance and support services by a company certified service technician. All products shall be warranted to be free from material defects in workmanship or material under normal use and service for the warranty period.

Training Requirements
On-site training must take place at the customer site within four (4) weeks of equipment installation. Training for NIA staff shall be arranged in advance with the Government to ensure availability of staff for training. Training shall include both instrument hardware usage and maintenance as well as instrument software usage. Training shall take place between the hours of 8:00am and 5:00pm, Baltimore, MD local prevailing time, Monday through Friday.
The contractor shall provide a company certified service technician to perform setup, installation, and training.


Delivery Requirements
The contractor shall deliver and install the required equipment within twelve (12) weeks after receipt of order. Delivery must be FOB Destination and must include inside installation. The equipment shall be delivered and installed between the hours of 8:00 am and 5:00 pm, Baltimore, MD local prevailing time, Monday through Friday.


The equipment shall be delivered and installed at 251 Bayview Boulevard, Room 3C001, Baltimore, MD 21224.


Reporting Requirements
The contractor shall provide the instruments, written documentation, spare parts and test consumables required for installation and initial product acceptance testing. During the warranty period, the contractor will also provide the Government with email copies of maintenance or repair visit documentation. This documentation shall detail service performed and certify service completion.

Government Responsibilities
The Government shall provide the contractor with access to the Government facility and purchased equipment for delivery, installation, and warranty support. The contractor field service technician servicing the equipment during the warranty will be required to coordinate with the program office in advance of arrival so that facility access may be granted.


Contract Type
A Firm Fixed Price Contract is contemplated. The order shall be sourced via the Open Market on a single-source basis and is expected to exceed $150,000.


RESPONSE INSTRUCTIONS
Responses to this solicitation must include sufficient information to establish the interested parties' bona-fide capabilities of providing the product or service. Offerors must provide both 1) a technical response and 2) a separate price quotation. 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. 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; and maintenance availability.


PLEASE ENSURE THAT ALL EVALUATION CRITERIA ARE SPECIFICALLY ADDRESSED IN ANY RESPONSE(S) SUBMITTED.


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 contract resulting from this requirement on the basis of best value, technical factors and price considered. Technical factors together shall be considered more important than price and all technical evaluation factors are detailed below.


Factor 1: Technical Approach


The contractor shall detail in its technical proposal how it shall meet each of the project requirements. This shall include the specifications of the equipment to be provided, warranty period maintenance details, training details, as well as delivery and installation timeline information. Technical approach shall be evaluated for quality of equipment and training, warranty maintenance quality, and conformance to delivery and installation timeline needs.

Factor 2: Delivery Speed


The contractor shall provide a detailed construction schedule with proposed delivery date. This information shall be evaluated for conformance with delivery within twelve weeks after contractor receipt of order. Earlier delivery of technically acceptable product shall be considered favorably.


Factor 2: Past Performance


The Contractor shall provide a list of three (3) contracts or purchase orders completed during the past five (5) years, similar in size and scope to the equipment requirements outlined in this solicitation. Experience must be specific to provision of laboratory instrumentation and shall include the following information for each contract or purchase order listed:


a.    Name of Contracting Organization
b.    Total Contract Value
c.    Description of Requirement
d.     Contract Period of Performance


Past Performance shall be evaluated for relevance to the current requirement.


EVALUATION METHOD
Technical proposals will be evaluated using a summary adjectival rating in accordance with the following scale:


Excellent
The proposal has exceptional merit and reflects an excellent approach which will clearly result in the superior attainment of all requirements and objectives. This clearly achievable approach includes several advantageous characteristics of substance, and very few disadvantages, which can be expected to result in outstanding performance. The risk of unsuccessful performance is very low as the proposal provides solutions which are unquestionably feasible and practical. These solutions are further considered very low risk in that they are exceptionally clear and
precise, fully supported, and demonstrate a clear understanding of the requirements. Risk Level: Very Low


Good
The proposal demonstrates a sound approach which is expected to meet all requirements and objectives. This sound approach includes advantageous characteristics of substance, and few relatively minor disadvantages, which collectively can be expected to result in satisfactory performance. The risk of unsuccessful performance is low as the proposal contains solutions which are considered feasible and practical. These solutions are further considered to reflect low risk in that they are clear and precise, supported, and demonstrate an understanding of the requirements. Risk Level: Low


Acceptable
The proposal demonstrates an approach which is capable of meeting all requirements and objectives. The approach includes both advantageous and disadvantageous characteristics of substance, where the advantages are not outweighed by the disadvantages. Collectively, the advantages and disadvantages are likely to result in acceptable performance. The risk of unsuccessful performance is moderate, as the proposal solutions are generally feasible and practical. These solutions may also be considered to reflect moderate risk in that they may be somewhat clear and precise, partially supported, and/or demonstrate a general understanding of the requirements. Risk Level: Neutral


Marginal
The proposal demonstrates an approach which may not be capable of meeting all requirements and objectives. The approach has disadvantages of substance and advantages, which if they exist, are outweighed by the disadvantages. Collectively, the advantages and disadvantages present a low or questionable likelihood of resulting in satisfactory performance. The risk of unsuccessful performance is high as the proposal contains solutions which may not be feasible and practical. These solutions may also be considered to reflect high risk in that they lack clarity and precision, are generally unsupported, and/or do not demonstrate a complete understanding of the requirements. Risk Level: High


Unacceptable
The proposal demonstrates an approach which, based on a very high risk, will very likely not be capable of meeting all requirements and objectives. This approach has several disadvantages of substance, and advantages which, if they exist, are outweighed by disadvantages. Collectively, the advantages and disadvantages are unlikely to result in satisfactory performance. The risk of unsuccessful performance is very high as the proposal contains solutions which are not feasible and practical. The solutions may also be considered to reflect very high risk in that they lack any clarity or precision. Risk Level: Very High


APPLICABLE TERMS AND CONDITIONS INCORPORATED BY REFERENCE
The FAR clauses and provisions below shall apply to this solicitation.


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 (January 2017, applies to this acquisition.


3.    A completed copy of the provision at FAR clause 52.212-3, Offeror Representations and Certifications - Commercial Items (January 2017), is required with any offer submitted. This requirement may be met by completion of the provision in the System for Award Management.


4.    FAR Clause 52.212-4, Contract Terms and Conditions - Commercial Items (January 2017) is applicable to this acquisition.


5.    FAR Clause 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (January 2017) apply to this acquisition. The following clauses shall be checked/included in this clause:


52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015)
52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
52.219-8, Utilization of Small Business Concerns (Oct 2014)
52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016)
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sept 2016)
52.222-35, Equal Opportunity for Veterans (Oct 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014)
52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496).
52.222-50, Combating Trafficking in Persons (Mar 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-13, Restrictions on Certain Foreign Purchases (June 2008)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013)


6.    The Defense Priorities and Allocations System (DPAS) are not applicable to this requirement.


In addition, the Dun & Bradstreet Number (DUNS), the Taxpayer Identification Number (TIN), and the certification of business size must be included in the response.


CLOSING STATEMENT
All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency. All responses must be received by the closing date of this announcement must reference solicitation number HHS-NIH-NIDA-SSSA-NOI-17-235.


Responses shall be submitted electronically to Lauren.Phelps@nih.gov. Fax responses will not be accepted. For information regarding this solicitation, contact Lauren Phelps by email at lauren.phelps@nih.gov or by phone at (301) 480-2453.


 


Lauren M. Phelps, Contract Specialist, Phone 3014802453, Email lauren.phelps@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP