Automated Cell Dispenser

expired opportunity(Expired)
From: Federal Government(Federal)
1333ND18QNB640506

Basic Details

started - 27 Aug, 2018 (about 5 years ago)

Start Date

27 Aug, 2018 (about 5 years ago)
due - 04 Sep, 2018 (about 5 years ago)

Due Date

04 Sep, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
1333ND18QNB640506

Identifier

1333ND18QNB640506
Department of Commerce

Customer / Agency

Department of Commerce
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

COMBINED SYNOPSIS/SOLICITATIONAutomated Single Cell Dispenser This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6- Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13, Simplified Acquisition Procedures.This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and Clauses are those in effect through Federal Acquisition Circular (FAC), 2005-100, effective 8/22/2018.The associated North American Industrial Classification System (NAICS) code for this procurement is 334516, with a small business size standard of 1,000 Employees. This is a Full and Open
Competition.The Biosystems and Biomaterials Division (BBD) is focused on developing methods that will assure reliability and confidence in the measurements that underpin research and applications in genomic measurements, biomaterials, protein therapeutics and cell therapies, cancer diagnostics, nanoparticle safety, and microbial identification and quantification. The division carries out this work through fundamental research in measurement science and the development of reference materials, reference data, and protocols.Cell line development is a critical step in the process of generating biopharmaceutical molecules, such as monoclonal antibodies. The process often begins with transfecting the host cell type with the DNA encoding the therapeutic protein of interest allowing for random or directed integration of target DNA into the host cell genome. Thousands of clones are screened to isolate the rare high producing cells, a manual and time-consuming process.A cell line can be established following the isolation of a single viable cell robustly expressing the protein of interest. A key milestone in this process is documenting evidence of clonality. Documentation of clonality is typically image-based, whereby an image of a single cell is produced and included in regulatory filings. Cell line development and assurance of monoclonality are critical steps in the process of generating biopharmaceutical molecules, such as monoclonal antibodies.Cell line development requires the discovery of single cell-derived clones that produce high and consistent levels of the target therapeutic protein. The first step in the process is the isolation of single, viable cells. Limiting dilution is a technique that relies on statistical probability but is time consuming. Therefore, the division requests an automated single cell dispenser to continue its mission, decrease the cloning processing time, and enable the isolation of cells in a manner that maximizes cell viability, and provides direct evidence of clonality.The period of performance for the line item shall be in accordance with the following:Line Item 0001: Delivery of One (1) Automated Cell Dispenser, meeting all the specifications in accordance with Statement of Work (SOW), inclusive of F.O.B Destination, Installation, Software, Training and Two-Year Warranty. Delivery The Automated Cell Dispenser must be delivered within 30 days of the date of award. The items shall be shipped F.O.B Destination to:NIST100 Bureau DriveGaithersburg, Maryland 20899-0001FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery.EVALUATION CRITERIA AND BASIS FOR AWARDThe Government intends to award a purchase order resulting from this solicitation to the responsible contractor whose quotation, conforming to the solicitation, will provide the best value to the Government, price and other factors considered.In addition to price, the following factors shall be used to evaluate quotations:1. Technical Approach2. Past PerformanceIn determining best value, Technical Approach is the most important factor. Past Performance and Price are equal in importance to each other. Each non-price evaluation factor, when combined, are significantly more important than price.1. Technical Approach: NIST will evaluate each contractor's quote on the basis of (1) The degree to which the quoted Cell dispenser meets the requirements in the statement of work.Stronger Consideration will be given to contractor's that provide a Cell Dispenser with the one or both of the features below:a. Cell dispensers with a higher level of document evidence that demonstrates if a single cell with a specific criteria has been deposited into a well;b. Cell dispensers that can be modified to work with SBS-formatted plates in addition to 96-well and 384-well plates. Example: instrument can deposit cells into 6,12, and 24-well SBS format plates.2. Past Performance: The evaluation of past performance information will consider the extent to which the Offeror's past performance, completed or substantially completed within the last two (2) years, demonstrates the capability and capacity to provide a high-quality instrument within the statement of work. The Government will use any past performance information that the Offeror provides in its technical quotation, and the Government may also use data obtained from other sources.A lack of relevant past performance information will be treated by the Government as a "Neutral" rating under this factor. PRICEThe quoted price will be evaluated to determine whether the prices are fair and reasonable in relation to the solicitation requirements. Prices must be entirely compatible with the technical portion of the quotation.NIST intends to evaluate quotes and issue a contract based on the initial quotes received. Therefore, the Contractor's initial quote should contain the Contractor's best terms from a price and technical standpoint. NIST reserves the right to request revised quotes from, or negotiate final contract terms with, one or more, but not all, Contractors if later determined by the Contracting Officer to be necessary.Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation;CONTRACTOR INSTRUCTIONS FOR SUBMISSION OF QUOTATIONSQuotations shall include the following required submissions:1. Technical Approach. The contractors shall provide detailed information demonstrating that the instrument quoted meets all the specifications in the statement of work.Additionally, if the instrument contains either or both of the following features those features shall be clearly documented within the quote.a. Cell dispensers with a higher-level evidence documenting if a single-cell with a specific criteria has been deposited into a well.b. Cell dispensers that can be modified to work with SBS-formatted plates in addition to 96-well and 384-well plates. Example: instrument can deposit cells into 6,12, and 24-well SBS format plates.2. Past Performance. Vendors shall provide information on up to three previous Government contracts performed recently (in progress or completed within the last two (2) years) that are relevant to the effort required by this solicitation. If the vendor has not had any Government contracts, within the last two years, it may submit information on relevant Government subcontracts and/or commercial contracts instead. To be considered relevant all the following must be met: the services must have been performed within three years and demonstrate similar scope, magnitude, and complexity to the requirements, as set forth in this solicitation.The description of each contract described in this section shall provide the following information, as applicable:• Contract Number• Description of work performed and relevance to solicitation requirements• Period of Performance• Point of Contact Information (name, email, phone number) for the client reference.3. Contractors shall provide a firm-fixed price for Line Item CLIN 001:CLIN 0001, Firm-Fixed Price: Deliver of the Automated Cell Dispenser, meeting all the specifications, in accordance with the Statement of Work, inclusive of F.O.B Destination, Installation, Software, Training. And a two (2) year Warranty. $__________________total firm-fixed price.4. Terms and ConditionsAny award resulting from this solicitation will contain the following statement: "The Government's terms and conditions, identified herein, shall be the prevailing terms and conditions governing this award. In the event of a conflict between the Government's and contractor's terms and conditions, the Government's terms and conditions take precedence." If the Contractor objects to any of the terms and conditions contained in this solicitation, the contractor shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" [Contractor shall list exception(s) and rationale for the exception(s)]. It is the sole responsibility of the Contractor to identify in their quote any exceptions to the terms and conditions of the solicitation. If the contractor does not include such a statement, the submission of a quotation in response to this solicitation will be regarded as the Contractor's acceptance of the Government's terms and conditions for inclusion into the resultant purchase order as prevailing.5. Required ProvisionsA completed version of all required solicitation provisions (see attached provisions/clauses document - required submissions highlighted in blue).6. Contractor Identifying InformationThe DUNS number for the contractor's active System for Award Management (SAM) registration.7. Socio-economic Status RepresentationIf the Contractor's representations and certifications in SAM.gov do not reflect the NAICS code governing this solicitation, Contractor must submit documentation that they are a small business under the NAICS code governing this solicitation.DUE DATE FOR QUOTATIONSAll quotations must be submitted via e-mail to Tish Walker, Contract Specialist at latish.walker@nist.gov Submission must be received not later than 4:00 p.m. Eastern Time on September 4, 2018. A quotation shall be considered received when it is received in the electronic inbox of Latish Walker not later than the date and time identified herein.All questions regarding this notice must be submitted via e-mail to latish.walker@nist.gov by 4:00 a.m. Eastern Time on August 31, 2018. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline.PROVISIONS AND CLAUSESThe provisions and clauses applicable to this solicitation can be found under Applicable Provisions and Clauses. The full text of a FAR provision or clause may be accessed electronically at www.acquisition.gov/far   Contact Information: Latish Walker, Contract Specialist , Phone 3019750474, Email latish.walker@nist.gov - Wendy Paulo, Contracting Officer, Phone 3019753976, Email Wendy.Paulo@nist.gov Office Address :100 Bureau Drive, Building 301Room B130 Gaithersburg MD 20899-1410 Location: Acquisition Management Division Set Aside: N/A

Acquisition Management DivisionLocation

Address: Acquisition Management Division

Country : United States

You may also like

Automated External Defibrillators and Supplies

Due: 31 Jul, 2025 (in 15 months)Agency: University of Prince Edward Island

AUTOMATED LOGIC

Due: 28 Apr, 2024 (in 4 days)Agency: Military and Veterans' Affairs

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAISC: 334516 GSA CLASS CODE: 66