The RFP Database
New business relationships start here

One brand name flow cytometer, or equal.


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

General Information
Document Type:    Combined Synopsis / Solicitation Notice
Solicitation Number:    N02CO72546-78
Posted Date:        3/27/2017    
Response Date:    4/11/2017 4:00 PM ET
Classification Code:    66 - Instruments and Laboratory Equipment
NAICS Code:    334516- Analytical Laboratory Equipment and Supplies
Business Size Standard: 1000 Employees

Contracting Office Address

Department of Health and Human Services, National Institutes of Health, National Cancer Institute, Office of Acquisitions, 9609 Medical Center Drive, Room 1E136, Rockville, MD 20850, UNITED STATES.

Description


The National Institutes of Health (NIH), National Cancer Institute (NCI), Center for Cancer Research (CCR), Lymphoid Malignancies Branch (LMB), intends to procure one (1) brand name Beckman-Coulter CytoFLEX LX flow cytometer, or equal.


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 and under the authority to use simplified procedures for commercial requirements as provided in FAR 13.5. This announcement constitutes the only solicitation and a separate written solicitation will not be issued. This solicitation, No. N02CO72546-78, includes all applicable provisions and clauses in effect through FAR FAC 2005-95 (January 19, 2017).


The North American Industry Classification System code is 334516 and the business size standard is 1000 employees.


Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract.


Description of Requirement


The salient characteristics for the Special Cell Analyzer are:


The salient characteristics are as follows:
• The instrument needs to occupy a linear footprint of 1.6 meter or less, including cytometer, computer workstation and monitor and sheath and waste tanks
• The instrument needs to have a minimum capability of 22 parameters, 20 of which are fluorescence detection channels.
• The instrument needs to be equipped with blue-green 488nm, yellow-green 561 nm, red 640nm, violet 405 nm and ultraviolet 355 nm lasers.
• The instrument needs to have the capability to upgrade to a sixth 808 nm laser in the future.
• This instrument needs to be capable of analyzing a minimum of five (5) fluorescence parameters aligned to a violet laser, and three (3) fluorescence parameters aligned to an ultraviolet laser.
• The instrument must be equipped with factory set and locked detectors with high dynamic range detectors and ADCs, allowing analysis with no detector voltage changes.
• The instrument must also have a large dynamic range (7 logs) making it possible to see all significant cell populations simultaneously.
• This instrument needs to be equipped with an integrated 96 well plate sampler, and be capable of analyzing samples in either 96 well or 12 x 75 mm tube formats.
• The instrument needs to be able to quantify absolute cell concentrations in a given sample.
• Delivery and Installation.
• Training - Basic on-site training shall be offered on the instrument, as well as advanced on-site training on the flow cytometer applications.
• Uninterruptible Power Supply with Deck and Cords.
• Twelve (12) months warranty including parts, labor and travel commencing upon installation.



Delivery: Contractor(s) shall deliver the item within 60 days after award to: NIH/NCI Bethesda, Maryland 20892. The Contractor that receives the award will be provided with the complete mailing address and point of contact. The contractor must notify the NCI Technical Point of Contact to schedule the delivery and installation date and time.

Installation: To be carried out by the manufacturer and shall occur within approximately one week of delivery.


Payment: Payment shall be made after delivery, installation and acceptance of the required equipment.



PROVISIONS AND CLAUSES: 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/.


FAR 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (OCT 2015)
FAR 52.212-3 OFFEROR REPRESENTATIONS AND CERTIFICATIONS-
COMMERCIAL ITEMS (NOV 2015)
FAR 52.212-4 CONTRACT TERMS AND CONDITIONS-COMMERCIAL ITEMS (MAY
2015)
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT
STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (NOV                2017). The following FAR clauses cited in paragraph (b) of the clause at FAR
52.212-5 are also applicable to this acquisition:

FAR Clause 52.203-6 Alt. 1 Restrictions on Subcontractor Sales to the Government.
FAR Clause 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards.
FAR Clause 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment.
FAR Clause 52.219-4 Notice of Price Evaluation Preference for HUBZone Small Business Concerns.
FAR Clause 52.219-8 Utilization of Small Business Concerns.
FAR Clause 52.219-28 Post Award Small Business Program Representation.
FAR Clause 52.222-3 Convict Labor.
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 52.222-35 Equal Opportunity for Veterans.
FAR Clause 52.222-36 Affirmative Action for Workers with Disabilities
FAR Clause 52.222-37 Employment Reports on Veterans
FAR Clause 52.222-40 Notification of Employee Rights Under the National Labor Relations Act.
FAR Clause 52.222-50 Combating Trafficking in Persons
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 52.247-64 Preference for Privately Owned U.S.-Flag Commercial Vessels.


HHSAR 352.203-70 ANTI-LOBBYING (DEC 2015)


Pursuant to the HHS annual appropriations acts, 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 or 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 in policymaking and administrative processes within the executive
branch of that government.
(d) 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.



HHSAR 352.222-70 CONTRACTOR COOPERATION IN EQUAL EMPLOYMENT OPPORTUNITY (DEC 2015)


HHS 352-239-73 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY NOTICE (DEC 15)


HHS 352.239-74 ELECTRONIC AND INFORMATION TECHNOLOGY ACCESSIBILITY (DEC 15)



Full text copies of the representations and certifications for other cited provisions and clauses may be obtained on line at the NCI website at http://rcb.cancer.gov/rcb-internet/index.jsp or from Francisco Mendoza, Contracting Officer at Francisco.mendoza@nih.gov.



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 modifications 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.


The award decision will be based on a Lowest Price Technically Acceptable (LPTA) determination. Award will be made on all or none basis. A technically acceptable quote is one that meets the salient characteristics, and meets the delivery and installations requirements.


Quotations must be received in the NCI-OA contracting office by 4:00 p.m. ET on April 11, 2017. Please refer to solicitation number N02CO72546-78 on all correspondence. No collect calls will be accepted. Quotations shall be emailed to Francisco Mendoza, Contracting Officer at francisco.mendoza@nih.gov. All questions shall be in writing and may be addressed to the aforementioned individual noted above and shall be received by 4:00 p.m. ET on April 3, 2017. No collect calls will be accepted. In order to receive an award, contractors must be registered in the System for Award Management through sam.gov and have complete Representations and Certifications at sam.gov or provide a copy to the aforementioned individual prior to award.


Francisco Mendoza, Contracting Officer, Phone 2402765668, Email francisco.mendoza@nih.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP