NIA 22-011100

Submitted by mahonkg on
Post Date/ Solicitation Issue Date
Closing Response Date
Proposed Award Date
Project Title
Automated 96 Channel Pipettor
Contracting Office
National Institute on Aging (NIA)

Contact Points

Primary Contract Specialist

Carla
Blalock
blalock.carla@gmail.com

Secondary Contracting Officer

Taryn
Mabe
taryn.mabe@nih.gov
NAICS Code Number
334516
Analytical Laboratory Instrument Manufacturing
Small Business Size Standard
1000 Employees
FPDS Classification Code
6640
Delivery of Goods
30 days ARO
Set-Aside Status
Not Set Aside
Competition Status
Brand Name Only
Vendor Name
Avidien Technologies
Address
43 Broad Street, Unit A408
Hudson, MA 01749
Brand Name
Avidien MicroPro 300 96-well Pipettor
Single-Sole Source Determination
This acquisition is conducted under the authority of the Federal Acquisition Regulations (FAR) Subpart 13.106-1 (b) Soliciting from a single source. (1) For purchases not exceeding the simplified acquisition threshold, contracting officers may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source reasonably available (e.g., urgency, exclusive licensing agreements, or industrial mobilization).

The Avidien MicroPro 300 96-well Pipettor is available from only one source, and competition is precluded for the reasons indicated below. There are no substitutes available. This acquisition is restricted to Avidien Technologies. Competitors liquid handling systems will not suit our needs – they are significantly larger than the Avidien system, and as such, will not fit compactly in our biological safety cabinet. It is critical that air flow be allowed to circulate as freely as possible to help mitigate contamination of our cell cultures. The Avidien MicroPro 300 96-well Pipettor is the optimum system for our needs. The small footprint of this device is easily accommodated in laboratories with space constraints.

Background/Description of Requirement

The National Institute on Aging’s Laboratory of Neurogenetics and the Center for Alzheimer’s Disease and Related Dementias are focused on understanding the cell biology that underlies risk and resilience to neurodegenerative diseases such as Parkinson’s, Alzheimer’s and ALS diseases.  The goal is to purchase the Avidien MicroPro 300 96-well Pipettor liquid handling system to expedite our cell culture manipulations, specifically regarding our induced pluripotent stem cell lines.  The microPro 300 fills our gaps in automation workflows through streamlining repetitive pipetting tasks and ensuring accurate, repeatable cell culture media/liquid transfers.  Furthermore, this system will help us maintain sterile culture conditions.

Generic Name of Product:  Automated 96 Channel Pipettor

Purchase Description:  

1.  MicroPro 300 96 Channel Pipettor (Quantity 1)

2.  Two-position Horizontal Nest - MicroPro 300 96 x 96 configuration (Quantity 1)

3.  96 Pipette Tips, 300uL Filtered Pre-Sterile 50 Racks (Quantity 5)

4.  One Year Avidien Technologies Warranty (included - no cost) (Quantity 1)

Salient characteristics: All deliverables required under this contract shall be packaged, marked and shipped in accordance with Government specifications. At a minimum, all deliverables shall be marked with the contract number and Contractor name. The Contractor shall guarantee that all required materials shall be delivered in immediate usable and acceptable condition. The instrument must meet the below requirements:

Technical Specifications:

  • Volume Range: 5* - 300 μL
  • Size: 19 x 21.6 x 32 cm (7.5 x 8.5 x 12.6 inches)
  • Weight: 5.1 kg (11.25 lbs)
  • Precision:
    15 - 30 μL < 2% C.V. • 30 - 300 μL < 1% C.V.

Pipettorm must be able to:

  • Repeat dispense
  • Variable dispense unique volumes, container depths, speeds
  • Multi-aspirate and mix
  • User must be able to create custom programs

Quantity:  See Purchase Description above. 

Delivery Date: 30 days of contract award.

Contract Type:  A Firm Fixed Price type order award not exceeding the Simplified Acquisition Threshold is anticipated to be awarded resulting from this requirement.

Summary Statement:  The Unique Entity Identifier (UEI), the Taxpayer Identification Number (TIN), certification of country of ownership, and the certification of business size must be included in the response.

All offerors must have an active registration in the System for Award Management (SAM) www.sam.gov.”

Quoter Terms and Conditions (To be completed by the Offeror):

1. Period of Performance OR Delivery Date After Receipt of Order:

2. Shipping Point (F.O.B. OR Destination):

3. Payment Discount Terms:

4. Open Market; GSA FSS Contract Number; Other Government Agency (OGA) Contract Number, Government-wide Agency (GWAC) Contract Number; or National Institute of Health (NIH) Blanket Purchase Agreement (BPA) Number:

5. SAM Unique Entity Identifier (UEI) No:

6. Name of Company:

7. Street Address, City, State, Zip code:

8. Name of Person Authorized to Provide Quote:

9. Telephone Number and Email Address of Person Authorized to Provide Quote:

For equipment/parts/supply requirements under this requirement, if applicable, responses must include: the place of manufacturing (i.e., address if supply/equipment is a domestic end product and include country of manufacture).  Respondents that believe that they are manufacturers or authorized resellers of the brand-name product specified in this announcement must provide, as part of their response: (a) product, catalog, model, and/or part number(s); (b) product description; (c) all relevant information and documentation that the item(s)offered meets the salient physical, functional, or performance characteristics as specified in the purchase description; quantity; estimated price or cost; shipping, handling, and/or installation charges; and delivery date after receipt of order.

In case domestic sources are available and capable of fulfilling the Government's need, the Government will use evaluation preferences in accordance with FAR 25.

ADDITIONAL TERMS AND CONDITIONS, PROVISIONS, AND REPRESENTATIONS

The FAR Clauses are incorporated by reference and are provided in full text at https://www.acquisition.gov/

  • FAR Provision 52.212-1 Instructions to Offerors-Commercial Items (Sept 2021) is applicable to this solicitation.
  • FAR Provision 52.212.2 Evaluation-Commercial Items (Oct 2014) is applicable to this solicitation. The Government will evaluate quotations or offers in accordance with FAR 13.106-2 and award a purchase order from this solicitation to the responsible offeror whose quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate quotes: Technical capability of the item offered to meet the Government requirement; Price; and Past performance [see FAR 13.106-2(b)(3)]
  • FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021), is applicable to this solicitation
  • FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (November 2021), is applicable to this solicitation.
  • FAR clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (May 2022) is applicable to this solicitation. See attachment.

In addition, the following FAR provisions and clauses are applicable to this solicitation and 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 Government Entity Code Reporting (Aug 2020),
  • 52.204-18 Commercial and Government Entity Code Maintenance (Aug 2020),
  • HHSAR 352.239-73, Electronic and Information Technology Accessibility Notice (December 18, 2015).
  • 52.211-6, Brand Name or Equal (Aug 1999),
  • 52.225-1, Buy American-Supplies (Nov 2021) (41 U.S.C. chapter 83).

The following provisions and clauses apply to this acquisition and are incorporated as an attachment.

  • Offerors MUST complete the provision at 52.204-24 and 52.204-26 and submit completed copies as separate documents with their quotation.
  • FAR 52.204-24, Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment (Oct 2020)
  • FAR 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Aug 2020)
  • FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation (Oct 2020)
  • NIH Invoice and Payment Provisions

All responses must be received by September 3, 2022, at 5 pm EST and must reference announcement/ solicitation number NIA-22-011100. Responses may be submitted electronically to Carla Blalock (carla.blalock@nih.gov). Fax responses will not be accepted.

Interested parties may identify in writing their interest and capability in response to this requirement. Responses to this notice shall contain sufficient information to establish the interested parties’ bona-fide capabilities for fulfilling the requirement and include: unit price, list price, shipping and handling costs, the delivery period after contract award, the prompt payment discount terms, the F.O.B. Point (Destination or Origin), 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 closing date and must reference the announcement. Responses may be submitted electronically to the attention of the contract specialist. Fax responses will not be accepted.

All responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.