The RFP Database
New business relationships start here

One (1) Brand Name or Equal stage top incubator manufactured by OkoLab USA, Inc.


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

This is a combined synopsis/solicitation for commercial items, prepared in accordance with format in FAR 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation: No. RFQ-NCI-5281203 includes all applicable provisions and clauses in effect through FAR Federal Acquisition Circular (FAC) 2019-01, simplified procedures for commercial items.

This acquisition will be conducted under the procedures for acquiring commercial items authorized in FAR Part 12 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.501.


This requirement is assigned North American Industry Classification System (NAICS) code 334516 with a size standard of 1000 Employees is being considered as a small business set aside.


Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. This requirement is a total small business set aside.


BACKGROUND
The U.S. Department of Health and Human Services, National Institutes of Health, National Cancer Institute (NCI), Center for Cancer Research (CCR), plans to procure One (1) Brand Name or Equal stage top incubator manufactured by OkoLab USA, Inc. for live cell imaging using our existing Zeiss LSM780 confocal microscope.


The salient characteristics that apply to this acquisition are as follows:


The stage top incubator to provide live cell imaging capabilities to NCI researchers. The ability to maintain the physiological state of the cells, or to experimentally adjust the growth conditions in a controlled manner, on the microscope during live cell imaging is necessary to accurately study the cell biology of cancer. The laboratory needs a temperature controller which has two feedback modes, chamber temperature or specimen temperature, while it also continuously monitors the room temperature to maintain specimen temperature with 0.1 degree Celsius accuracy. In addition, the laboratory needs a combined CO2 and oxygen controller controls both CO2 and O2 concentration by digitally mixing air and CO2 to regulate CO2 and O2 concentrations with 0.1% accuracy, with a CO2 range of 0-10% and O2 range of 1-18%. Finally, humidity needs to be actively controlled with a sensor controlling gas relative to humidity in an operating range of 25-50 degrees Celsius.

The electrically heated stage top incubator chamber must have magnets for easy interchange of specimen holders, including inserts for 12-well plate, 96-well plate, 35mm coverglass dish, #1 coverglass multiwell chamber, and open frame insert for imaging multi-well plates using oil immersion objective lenses. A flexible heated collar that accommodates a range of objective lens diameters must also be included.
The components of the stage top incubator must include:
• A touch screen interface to control all incubator components, with the ability to log component data.
• Temperature control with six integrated heating channels for chamber lid, chamber base, objective heater, humidity sensor, and humidity tester.
• Embedded temperature sensors in the chamber lid and base
• Temperature feedback mode for sample and chamber
• The capability to control CO2 concentration from 0-10% and O2 from 1-18%, with 0.1% accuracy for both CO2 and O2
• Active humidity control in the range of 51-95% with 1% accuracy
• Automated adjustment of heating parameters relative to humidity even when room temperature is varies.
• Replenishment of humidity module without perturbing the sample.
• Integrated objective heater with automated calibration
• Automated chamber calibration program
• Stage top chamber with built-in access for perfusion
• Magnetic inserts for modular sample exchange
• CO2 and O2 gas flow rate must be digitally controlled

The Bold Line stage top incubator manufactured by Oko Lab USA and supplied by BioVision Technologies, Inc. has shown to be the most suitable for the existing Zeiss LSM780 confocal microscope.



PAYMENT
Payment shall be made upon the delivery and acceptance of all required items.


DELIVERY / INSTALLATION
The Contractor shall deliver and install the required item(s) within 60 days of purchase order award to the following location:


9000 Rockville Pike
Building 37 room 5132
Bethesda, MD 20892


CONTRACT CLAUSES/PROVISIONS
The following Federal Acquisition Regulation and Health & Human Services Acquisition
Regulation Provisions/Clauses apply to this acquisition:


FAR 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)


This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://www.acquisition.gov/far/ and/or http://www.hhs.gov/policies/hhsar/.


Clause No. Title


FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-
COMMERCIAL ITEMS (OCT 2018)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL
ITEMS (OCT 2018)
HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL
EMPLOYMENT OPPORTUNITY (DEC 2015)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO
IMPLEMENT STATUTES OR EXECUTIVE ORDERS-
COMMERCIAL ITEMS (JAN 2019).


The following FAR clauses cited in paragraph (b) of the clause at FAR 52.212-5 are also applicable to this acquisition:

FAR Clause 52.219-13 Notice of Set-Aside of Orders
FAR Clause 52.219-27 Notice of Total Service-Disabled Veteran-Owned Small Business Set-Aside
FAR Clause 52.222-19 Child Labor-Cooperation with Authorities and Remedies
FAR Clause 52.222-21 Prohibition of Segregated Facilities
FAR Clause 52.222-26 Equal Opportunity
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while
Driving
FAR Clause 52.225-13 Restrictions on Certain Foreign Purchases
FAR Clause 52.232-33 Payment by Electronic Funds Transfer-System for Award
Management
FAR Clause 52.232-34 Payment by Electronic Funds Transfer - Other Than SAM (July 2013) (31 U.S.C. 3332)

FAR 52.211-6 BRAND NAME OR EQUAL (AUG 1999)


(a) If an item in this solicitation is 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 characteristic specified in this 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 modification.


(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.


HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015)


Pursuant to the current HHS annual appropriations act, Public Law 112-74, except for normal and recognized executive-legislative relationships, the Contractor shall not use any HHS contract funds for:


(a)Publicity or propaganda purposes;
(b)The preparation, distribution, or use of any kit, pamphlet, booklet, publication, electronic communication, radio, television or video presentation designed to support or defeat the enactment of legislation before the Congress or any State or local legislature or legislative body, except in presentation to the Congress or any State or local legislature itself; or designed to support of defeat any proposed or pending regulation, administrative action, or order issued by the executive branch of any State or local government, except in presentation to the executive branch of any State or local government itself; or
(c)Payment of salary or expenses of the Contractor, or any agent acting for the Contractor, related to any activity designed to influence the enactment of legislation, appropriations regulation, administrative action, or Executive order proposed or pending before the Congress or any State government, State legislature or local legislature or legislative body, other than for normal and recognized executive-legislative relationships or participation by an agency or officer of a State, local or tribal government is policymaking and administrative processes within the executive branch of that government.


The prohibitions in subsections (a), (b), and (c) above shall include any activity to advocate or promote any proposed, pending, or future Federal, State or local tax increase, or any proposed, pending, or future requirement for, or restriction on, any legal consumer product, including its sale or marketing, including, but not limited to, the advocacy or promotion of gun control.


SUBMISSION INFORMATION
Proposals must be submitted on an SF-1449 with a completed 52.212-3 Offeror Representations and Certifications-Commercial Items-with DUNS Number Addendum, signed by an authorized representative of the offeror OR provide a copy of valid certification in the System for Award Management (SAM) at www.sam.gov.


Questions must be submitted electronically (via email) to Program Analyst, Tanika Crossen at crossent@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Wednesday, May 29, 2019, 11:00 am, EST.


Proposals must be submitted electronically (via email) to Program Analyst, Tanika Crossen at crossent@mail.nih.gov in MS Word or Adobe Portable Document Format (PDF), no later than Tuesday, June 4, 2019, 11:00 am, EST. All responses must be received by the specified due date and time in order to be considered. PROPOSALS RECEIVED AFTER THIS DATE AND TIME WILL NOT BE CONSIDERED. No collect calls will be accepted.


Please refer to solicitation no: RFQ-NCI-5281203- on all correspondence.


EVALUATION
The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. If you are providing an "equal" product, you must submit additional documentation that highlights and describes how your offering is equal in accordance with FAR Clause 52.211-6.


PRICE PROPOSAL
The Offeror shall prepare a price proposal that contains all information necessary to allow for a comprehensive evaluation of the prices quoted. Specifically, your quote must include the following: Federal Tax Identification Number (TIN); Data Universal Numbering System (DUNS) Number; and Business Size (e.g., small or large).


Tanika Crossen, Program Analyst, Phone 301-480-0602, Email crossent@mail.nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP